Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
SOLICITATION NOTICE

34 -- RETROFIT ESAB GXB 800 CUTTING MACHINE

Notice Date
8/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA13480981Q
 
Response Due
8/26/2013
 
Archive Date
8/19/2014
 
Point of Contact
Uyen K Tu, Contract Specialist, Phone 650-604-4958, Fax 650-604-0912, Email uyen.k.tu@nasa.gov - Veronica L Gutierrez, Contracting Officer, Phone 650-604-5626, Fax 650-604-0932, Email veronica.l.gutierrez@nasa.gov
 
E-Mail Address
Uyen K Tu
(uyen.k.tu@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. <p> This notice is being issued as a Request for Quotations (RFQ) for labor and materials to retrofit one (1) ESAB GXB 800 CNC Cutting Machine, and provide training as follows: <p> 1.Replace worn out drive motors with new precision AC drive motors and heavy duty planetary gear boxes. <p> 2.Retrofit the existing system with a plasma cutting system that is compatible with the existing ESAB Vision T5 CNC and SigmaNest part programming module software. The system shall be comprised of a torch package, height lift assembly, power supply, auto gas control, air/water muffler, water injection module. <p> 3.Provide 8 hours of operation and maintenance training onsite. <p> 4.The new system shall meet the requirements listed below: 4.1Capable of high speed and precision cutting. 4.2Dry or underwater precision cutting and marking. 4.3Cut quality meets or exceeds ISO 9013:2002 range 3. 4.4Cutting limits: 4.4.1Mild steel- pierce 2, cut.040 to 3, 2 underwater 4.4.2Stainless- pierce 3, cut.040 to 6 4.4.3Aluminum- pierce 3, cut.040 to 6 4.5The system shall be compatible with the ESAB Vision T5 computer controlled gas mixture control capabilities for setup and switching, mixing, or adjusting shielded gases on the fly. 4.6The torch shall be capable of cutting or marking from.040 to 3 thick mild steel plate and.040 to 6 stainless steel and aluminum plate. 4.7The torch height control shall maintain a height above the plate based on the Vision T5 optimal cutting height, and the distance between the torch and the plate shall remain constant during the cutting operation. 4.8The height control shall work with mild steel, stainless steel, aluminum, and with dry cutting, under water cutting, and water injection cutting processes. 4.9The torch control system shall prevent the torch from station collisions; stop movement when torch is jarred in any direction; and sense when the torch comes in contact with the plate. 4.10The contractor shall remove and dispose of the existing water table. Install and hook up a new lift water table to the existing electrical panel, water valve, and water drain. 4.10.1The table size shall be 6 ft x 12 ft 4.10.2Shall have Lift out trays 4.10.3Table bars shall be x 4 spaced no greater than 8 centers 4.10.4Shall incorporate automatic water level control with 3 water levels; for oxy-fuel, water muffler plasma, and under water plasma. <p> The NAICS Code and the small business size standard for this procurement are 333515 and 500 employees, respectively. The offeror shall state in their offer their size status for this procurement. <p> All responsible sources may submit an offer which shall be considered by the agency. <p> Delivery to NASA Ames Research Center, Building N211, room 165, Moffett Field, CA is required within 45 days ARO. Delivery shall be FOB Destination. <p> Offers for the items(s) described above are due by 4:00PM PT on August 26, 2013 to Uyen.K.Tu@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. <p> Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. <p> If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. <p> FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. <p> FAR 52.212-5 (AUG 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. <p> The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html <p> The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm <p> All contractual and technical questions must be in writing (e-mail) to Uyen.K.Tu@nasa.gov not later than August 26, 2013. Telephone questions will not be accepted. <p> Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Delivery, Maintenance, and Warranty shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). <p> NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. <p> Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). <p> Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA13480981Q/listing.html)
 
Record
SN03153372-W 20130821/130819235044-f9b383a8e0408988c6252334444498d3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.