Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1997 PSA#1767

Contracting Officer, Crane Army Ammunition Activity, 300 Highway 361, SIOCN-CT, Crane, IN 47522-5099

34 -- CNC HORIZONAL BORING MILL SOL DAAA32-97-B-0006 DUE 021897 POC Kim Christenberry, (812) 854-3226, Ronald E. Wise, Contracting Officer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DAAA32-97-B-0006 is issued as an invitation to bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 90-42 and Defense Acquisition Circular 91-10. This solicitation is unrestricted. All responsible sources may replay. SIC is 3541. Size standard is 500 employees. Quantity=1 each computer numerically controlled (CNC) five axes horizonal boring mill. The mill shall be equipped with all accessories, features, and capabilities as listed in the minimum required salient characteristics. Minimum required salient characteristics; A. Design and construction: 1. A horizonal spindle (z axis) mounted within avertically traveling headstock (y axis) upon the column. 2. A cross traveling table (x axis) upon the bed. 3. The base and column shall possess the mass, strength and rigidity necessary to support all components and specified workload capacity and to sustain all dynamic forces imposed by full load machining operations without distortion or deflection. B. Spindle: 1. 4-1/8 inch diameter. 2. Number 50 taper. 3. Infinitely variable spindle speeds ranging from 10 through 2000 RPM's. 4. A spindle support attachment adjustable in .0001 inch increments is required. C. Axes travels: 1. 27.5 inches z axis. 2. 63 inches y axis. 3. 70 inches x axis. 4. 39 inches w axis. D. Speeds: 1. 0 through 78 IPM feed range. 2. 200 IPM rapid traverse. E. Rotary table: 1. 360 degree, 360,000 position full contouring. 2. 48 inches wide, 60 inches long table size. 3. 11,000 pounds workload capacity. 4. 0 through 720 degrees/minute infinitely variable feed range. 5. 7/8 inch T-slots. 6. Under full CNC control. F. Automatic Tool Changer: 1. 25 pocket tool changer, minimum. 2. Random tool selection. 3. Under full NC control. G. Accuracy and Repeatability: 1. Plus or minus .0004 inches positioning accuracy of x, y, z, and w axes. 2. Plus or minus .0002 inches repeatability of x, y, z, and w axes. 3. .001 degree positioning accuracy of b axis. 4. Plus or minus 6 arc seconds repeatability of b axis. 5. Linear scale positioning feedback to plus or minus .00005 inches accuracy. H. Coolant system: 1. The manufacturer's standard flood coolant system shall be furnished. I. CNC Control: 1. Axis control. a. 5 axis control, 3 simultaneous. b. Serial encoder interface. c. .00001 inches and .0001 degrees input increments. d. Interlock per axis. e. Emergency stop. f. Overtravel signal. g. Mirror image. h. Mechanical hand feed. I. Backlash compensation. j. Skip function. 2. Operation. a. 16 MB ram. b. DNC operation. c. Manual data input. d. Program and sequence number search. e. Buffer register. f. Dry run mode. g. Single block mode. h. Manual feed mode. I. Manual reference point return. j. Manual handle feed. k. Incremental feed. 1. Automatic reference point return. m. Reference point return check. n. Second reference point return. 3. Interpolation. a. Linear, circular, and helical interpolation. 4. Feed Functions. a. Rapid traverse and rapid traverse override. b. Feed per minute. c. Tangential speed control. d. Cutting feed rate clamp. e. Automatic acceleration/deceleration. f. 0 to 254% feedrate override. g. Override cancel. h. Dwell. I. Exact stop mode. 5. Programming. a. EIA/ISO automatic identification. b. Label skip. c. Parity check. d. Optional block stop. e. 8 digits programmable value. f. Program numbering to 5 places. g. Sequence number, N with 5 numbers. h. Absolute or incremental selectable. I. Decimal point input. j. Inch/metric conversion. k. Plane selection. 1. Rotary axis setting. m. Rotary axis rollover. n. Coordinate system setting. o. Manual absolute ON/OFF. p. Subprogram calling. q. Canned drilling cycles. r. Radius of an arc specification. 6. Miscellaneous/Auxiliary Function programming. a. M code with 8 digits. b. Miscellaneous function lock. c. 3 user definable M functions. d. Spindle function, S code with 5 digits. e. Spindle override. 7. Tool Functions. a. T code with 8 digits. b. 32 tool offsets. c. Cutter compensation C. 8. Part program functions. a. 20m part program storage. b. 63 stored part programs. c. Program edit. d. Program protection. e. Background editing. 9. Display functions. a. Status, clock, position, program, parameters, self-diagnosis, alarm messages, alarm history, run time, part count, speed, servo adjustment, system configuration. b. English language, data protection key, help function. 10. Other. a. 14 inch color CRT. b. 16 MB ram. c. RS232 serial interface. d. Conversation programming. e. 5th axis. f. Rigid tapping. g. Manual pulse generator. J. Tooling Package: 1. The manufacturer's standard start-up tooling package is required. K. Miscellaneous: 1. 1 worklight. 2. Leveling jack screws and floor plates. 3. 2 copies of all applicable manuals. 4. 2 copies of all electrical and mechanical drawings. 5. 240-480 vac main power. L. Training: 1. 32 hours of operator/programmer training shall be furnished. 2. 4 hours of maintenance training is required during installation. M. Installation: 1. The requirement is for a turn-key fully operational machine supplied by the contractor. The contractor shall supply all labor, material, and equipment to off-load the machine at Crane Army Ammunition Activity, move, set in place, level and lag. The government shall supply all necessary utilities to within 10 feet of the equipment. N. Test and acceptance: 1. Upon successful completion of the required tests described in the quality assurance provisions, the government shall indicate acceptance of the equipment upon DD Form 250 which shall be supplied by the contractor. O. Warranty: The contractor is responsible for providing a one-year parts and labor warranty of all assemblies, sub-assemblies and components from the date of final acceptance.P. Quality assurance provisions: 1. Responsibility for inspection: The contractor is responsible for the performance of all inspection and test requirements. The government reserves the right to witness all examinations and tests. 2. Examination and testing at origin: The government may, at its discretion, require any or all examination and tests be performed at the place of origin prior to shipment to the Crane Army Ammunition Activity (CAAA). 3. Acceptance tests: The machine will be subjected to the following tests for final acceptance upon completion of installation at the CAAA. Failure of the machine to pass either any examination, test, or inspection shall be cause for rejection. All instruments, materials, tool path programs, materials, and tools required to perform and evaluate the tests shall be furnished by the contractor. The measuring instruments shall be calibrated in the U.S. customary system of units (US) and traceable to the National Bureau of Standards. Tool path programs and test materials shall become the property of CAAA. 4. Operational tests and examinations: The machine and its computer numerical control system shall be operated in accordance with the manufacturer's standard operating test procedure for warm up and run off checks. During the warm up period, proper operation of all manual controls, motors, adjustment mechanisms and accessories shall be verified. After warm-up, the machine shall be cycled continuously while in the CNC mode for a period of not less than four (4) hours. This operation shall include tool change, spindle speed and feed rate changes that include the highest, the intermediate, and the lowest settings of each range, rapid traverse of all slides, simultaneous movement of slides, and automatic feed cycles as applicable. The numerical control system shall be further tested to verify proper operation of MDI, program edit, and system diagnostics. Should a malfunction occur during the four-hour testing, it shall be corrected and the operational test and examination shall be repeated until a full four hours of running time is completed without failure. 5. Alignment and accuracy tests: The machine and its numerical control system shall be tested for conformance with the alignment and accuracy requirements of table 1. 6. Positioning tests: Starting at positions other than the extremes of axis travel, two identical movements of each controlled linear axis shall be programmed and executed in each direction. The programmed span shall be not less than 7 inches, and each digit of the starting and end points shall be other than zero with respect to reference zero. The feed rate shall be 2 inches per minute. Absolute positioning and positioning repeatability errors shall not exceed the permissible tolerances of Table 1. Similar movements of each linear axis shall be programmed at varied feed rates to test for slide overshoot at accelerated feed rates without programmed deceleration. One pass shall be programmed at feed rates nearest to 10, 20, and 100 percent of maximum rate. Stops shall be programmed appropriately for inspection of positioning accuracy. Overshoot shall not exceed 0.003 inch at any feed rate up to 20 percent of the maximum. Maximum overshoot shall not exceed 0.005 inch. The rotary table shall be programmed and rotated in the CNC mode to a minimum of 15 random positions through the entire 360 degrees rotation. Each position will be rotated to twice and measured for positioning accuracy and repeatability as required by Table 1. 7. Performance accuracy tests: Using setups devised by the contractor, the machine shall be tested to verify its ability to perform machining operations in the CNC mode for meeting the accuracy tolerances of Table 2. The test material may be steel, cast iron, or aluminum and all speed and feed rates shall be selected by the contractor. In the milling and contouring tests, the same test piece may be used after measurements have been obtained. 8. Tapping test: Four holes shall be drilled and tapped at programmed locations, each with finished threads to accept 8-32 and 3/4-10 screws. Finished holes shall accept standard 8-32 or 3/4-10 screws freely and threads shall meet class 3 standards for internal threads as set forth in Handbook H28. 9. Boring Test: A minimum of 10 holes shall be drilled, semi-finish bored, and finish bored in a selected pattern covering an area not less than 14 inches in diameter. Four of the holes shall be spaced on 14 inch centers. Different tools shall be used for semi-finish and finish boring operations. Each address shall be to the fourth decimal place with digits other than zero. Finished hole size may range from 1.125 to 2.750 inches. The resulting hole location and hole size shall not exceed the permissible tolerances of Table 2. 10. Straight line milling test: The straight line milling test shall be a programmed square or rectangle not less than 6 inches in length per side with sides parallel to the longitudinal and cross travel. The resulting cuts shall be checked for dimensional accuracy, squareness, parallelism, flatness, angularity, and corner locations to verify the required accuracies in Table 2. 11. Circle contouring test: A circle shall be programmed and milled within the outline of the square cut required in (10.), above. The cut shall be made at a constant z axis depth of 0.5 inch. The resulting cut shall be checked for dimensional accuracy, roundness, surface finish, and angularity to verify compliance with the required accuracies in Table 2. 12. Straight line contouring test: Either a square or an equilateral triangle shall be programmed and milled within the circle cut required by (11.), above at constant depth of 0.5 inch. The reference line for one side of the square or triangle shall be 10 to 20 angular degrees canted to the y axis. The resulting cut shall be checked for dimensional accuracy, squareness, and angularity to assure compliance with Table 2. 13. Maximum horsepower test: A straight cut of not less than 12 linear inches shall be made in SAE 102D steel with either a face mill or shell end mill. Diameter of the cutter and spindle speed shall be determined by the contractor. The depth of the cut shall be sufficient to load the spindle motor to its maximum rated horsepower. The cutting action shall be smooth and even and the finished work piece shall show no evidence of tool chatter. There shall be no evidence of overheating of the spindle drive motor nor the feed motor. 14. Waivers: Waivers to quality assurance provisions must be requested in writing to the Contracting Officer, CAAA. Q. System of measurements and written language: All manuals, schematics, and drawings shall reflect all dimensions in the U.S. Customary System of Units (inch) and all written documents shall be provided in the English language. Descriptive literature shall be required to evaluate the technical acceptability of an offered product. Descriptive literature shall be required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design, (2) materials, (3) components, (4) performance characteristics, and (5) methods of manufacture, assembly, construction, or operation. Descriptive literature should be identified to show the item(s) of the offer to which it applies and should be received by the time specified in the solicitation. Delivery of the equipment shall be completed Monday through Thursday between the hours of 7:00 a.m. and 5:00 p.m., excluding Federal holidays. Delivery site to be at Crane Army Ammunition Activity, B#148 Crane, Indiana 47522-5011. Delivery shall be coordinated at least 24 hours prior to planned delivery by calling (812) 854-2339. The contractor shall offer the government at least the same warranty terms, including offers of extended warranties, offered to the general public in its customary commercial practice. A copy of the warranty shall be furnished with the equipment. The contractor shall furnish 2 complete sets of all data pertaining to the system, operation, maintenance and its major subcomponents including parts list. One copy required one week prior to shipment of equipment. One copy shall be placed in a waterproof envelope marked technical data and securely attached to the system. Data shall be sent by certified mail return receipt requested or by other means which will identify proof of delivery and receipt. All technical data shall be written in the English language and identified by manufacture, model number and serial number. All deliveries made through the United States Postal Service (US Mail) shall be made to the following address: Commander, Attn: SIOCN-IOQ-M, Crane Army Ammunition Activity, 300 Highway 361, Crane, Indiana 47522-5099. All shipments shall be FOB destination, Net 30 (unless a discount is offered). The provision at 52.212-1, Instructions to Offerors Commercial applies to this acquisition. Provision 52.212-2, Evaluation Commercial Items is used with the following included as part of para (a): The following factors shall be used to evaluate offers in descending order of importance: (1) technical capability of the item offered to meet the Government's requirements, (2) price, (3) past performance. Award will be based on the lowest priced, technically acceptable offer from a vendor with a satisfactory past performance record. In order for past performance to be evaluated the following shall be provided with your offer: (a) A description of your government/commercial contracts received or performed during the past three years prior to closing of this solicitation. Government contracts are defined as those with the Federal Government and agencies of state and local governments. Include: (1) Name of contracting activity/commercial firm; (2) Contract Number, (3) Contract type (fixed price or cost reimbursable), (4) total contract value, (5) description of work/NSN, part number, nomenclature, (6) contracting officer/contract manager and telephone, (7) administrative contracting officer, if different from (6), and telephone, (8) a brief summary of each contract cited, to include standard industrial code and federal stock number. (b) the offeror may include information on problems encountered on the contracts identified in (a). Technical capability will be evaluated by comparing the item offered with the characteristics of the item requested. Contractor shall provide the salient characteristics of the item offered. Descriptive literature necessary to determine technical capability must be submitted with offer. The following are provisions and clauses which apply to this acquisition some are fill-ins and must be included with offer: the provision at 52.212-3, offeror representations and certifications-commercial items (fill-in), the provision at 52.212-4 contract terms and conditions-commercial items, the clause at 52.212-5, contract terms and conditions required to implement statutes or executive orders-commercial items, applies to this acquisition and the following additional clauses are applicable to this acquisition: the provision 252.212-7000 offeror representations and certifications-commercial items (fill-in), the clause at 252.212-7001 contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items, the provision 252.225-7000 buy American Act-balance of payments program certification (fill-in), the clause at 252.225-7001 Buy American Act and Balance of payments program, the clause at 252.225-7002 qualifying Country sources as subcontracts, and the provision at 252.225-7003 Information for duty free entry evaluation (fill-in). The following additional clauses are also applicable to this acquisition: 52.203-3, 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-11, 52.225-20, 52.225-21, 252.225-7007, 252.225-7012, 252.225-7017, 252.225-7036, 252.227-7015, 252.227-7037 and 252.233-7000. Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the contractor will be required to follow all of the requirements of this regulation. All offers are due not later than 2:00 p.m. EST on February 18, 1997. Required delivery of the equipment will be 60 days after award of contract. Inspection and acceptance will be at destination. Offers shall be addressed to: Crane Army Ammunition Activity, Attn: SIOCN-CT, 300 Highway 361, Crane, IN 47522-5099. Bid number should be placed under the contractor's return address for routing purposes. A complete offer package consists of standard form 1449, 52.212-3, offeror representations and certifications- commercial items, 252.212-7000, Offeror representations and certifications, 252.~225-7000 buy American Act-balance of payments program certificate, 252.225-7003 Information for duty free entry evaluation, specifications (descriptive literature) of models offered and past performance history. Steve Allen, Contract specialist, may be contacted at (812) 854-3406. (0021)

Loren Data Corp. http://www.ld.com (SYN# 0197 19970123\34-0003.SOL)


34 - Metalworking Machinery Index Page