SOURCES SOUGHT
34 -- Sources Sought for one (1) Linear Motor Drive Wire-Cut Electric Discharge Machine
- Notice Date
- 12/18/2017
- Notice Type
- Sources Sought
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-18-T-0067
- Archive Date
- 1/6/2018
- Point of Contact
- Rebecca B. Patterson, Phone: 3013945351, Chris Oliver, Phone: 301-394-2373
- E-Mail Address
-
rebecca.b.patterson.civ@mail.mil, stephen.c.oliver7.ctr@mail.mil
(rebecca.b.patterson.civ@mail.mil, stephen.c.oliver7.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- (1) Action Code :SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date :12/18/2017 (3) Classification Code : 34 (4) NAICS Code: 333249 (5) NAICS Size Standard: 500 Employees (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought for one (1) Linear Motor Drive Wire-Cut Electric Discharge Machine (herein known as EDM system) (8) Proposed Solicitation Number: W911QX-18-T-0067 (9) Sources Sought Closing Response Date: 12/22/2017 (10) Contact Point: Rebecca Patterson, Contract Specialist, rebecca.b.patterson.civ@mail.mil (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section B & C are subject to change prior to the release of any solicitation. B. The U.S. Army Research Laboratory's (ARL), Weapons and Materials Research Directorate (WMRD), Materials Science and Technology Branch (MSTB) requires the purchase of one (1) Linear Motor Drive Wire-Cut Electric Discharge Machine (herein known as EDM system). The EDM system shall have the following salient characteristics: •The EDM system shall have minimum travel distances for cutting in the X, Y, and Z axis directions of 730 millimeters (mm), 500 mm, and 600 mm respectively; •The EDM system shall have tilt and rotation axes of motion for cutting with minimum travel distances of 760 mm and 520 mm respectively; •The EDM system shall have eight (8) axes of simultaneously controllable motion; •The minimum resolution for motion control for all axis drives, other than Z, shall be 0.00010 mm (0.000004 inch) or less; •All axis drives, other than Z, shall utilize linear servo motors for motion control; •The EDM system shall have the ability to be operated at a minimum taper angle of 30 degrees at max Z height (600 mm); •The EDM system shall have the capability to use feed wires with sizes.004 inch ("),.006",.008",.010" and.012" in diameter •The wire guides shall be of high hardness ceramic such as diamond or sapphire; •The EDM system shall have an automatic wire threader; •The EDM system shall have the ability to automatically select cutting conditions based on workpiece material; •The EDM system shall have a minimum dielectric fluid capacity of 330 gallons which shall have the ability to be cooled; •The EDM system shall have a minimum prescribable motion increment of 0.1 micron (µm); •The EDM system shall include brass EDM wire in sufficient quantity to complete installation and training on the machine; •The EDM system shall include a toe clamp kit for fixturing of workpieces; •The EDM system shall include five (5) additional sets of wire guides to ensure completion of installation and training; •The EDM system shall have a controllable rotary table capable of handling a 20 kg load when used horizontally, and a 40 kg load when used in vertical position; •Delivery, associated rigging, and installation of the EDM system in place at ARL lab shall be included; •Training for 2 people (minimum) on EDM system operation at vendor or ARL facility shall be included Antiterrorism Requirements: Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. C. Responses: All interested parties should notify this office by e-mail within the posted date. Responses shall include: (I)To what extent each of the specifications can be met. (II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 500 Employee standard that accompanies NAICS code 333249. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (III)Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 5:00PM Eastern Standard Time on 12/22/2017. Submissions should be emailed to Rebecca Patterson, Contract Specialist, rebecca.b.patterson.civ@mail.mil. Questions concerning this sources sought may be directed to Rebecca Patterson, Contract Specialist, rebecca.b.patterson.civ@mail.mil. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: Army Research Laboratory, Aberdeen Proving Ground MD, 21005 (14) Estimated Delivery Timeframe or Period of Performance: 16 Weeks after contract award (ACA).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c98ad9feac66d817ab821d96944302a8)
- Place of Performance
- Address: Army Research Laboratory, Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04769367-W 20171220/171218230811-c98ad9feac66d817ab821d96944302a8 (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 |