Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29,1998 PSA#2190

Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001

36 -- CUTTING SYSTEM SOL N00164-98-Q-0256 DUE 101298 POC Ms. Diane Pearson, Code 1163W7, telephone 812-854-5201, FAX 812-854-3805, Ms. Luann Shelton, Contracting Officer WEB: click here to download copy of RFP, http://www.crane.navy.mil. E-MAIL: click here to contact contracting officer via e-mail, pearson_d@crane.navy.mil. 17. This 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00164-98-Q-0256 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-07 and Defense Acquisition Circular 91-13. The Standard Industrial Classification Code for this procurement is 3545. The size standard is 500 employees. This requirement is reserved for small business. This requirement is for the procurement of 1 each Automated Material Cutting System. This requirement is for Eastman Worldwide Model #M9000 (BRAND NAME OR EQUAL), in accordance with the following specifications: This specification defines the requirements for the procurement of a High Volume, Automated Digital Material Cutting System (here in after referred to as "system") to be used to cut material for the fabrication of parts made of composite materials. This system will be used by Code 8025 personnel located in Building 3224 and 3225. GENERAL REQUIREMENTS -- The system shall, as a minimum, consist of the following major components or subsystems. Vacuum table cutting surface; Multiple tool cutting head; Computer and software; Onboard plotter control. VACUUM TABLE CUTTING SURFACE -- Carriage drive system and cables; Alignment tool. PHYSICAL SIZE AND POWER REQUIREMENTS -- The table shall be of a vacuum type to securely hold the material in place during the cutting operation; the table shall have a replaceable cutting surface; The table shall include a vacuum pump of sufficient size to hold material used in the composite industry. (i.e. Kevlar, Carbon Graphite, Glass Cloth, and Quartz Cloth Pre-Pregs, This list is of examples only is not intended to reflect sole or limited usage.) The cutting area shall be a minimum addressable area of 70"wide X 108"long. The table shall have a rack and pinion guide/table attachment system. MULTIPLE TOOL CUTTING HEAD -- The cutting head shall consist of a three tool cutting head and pen assembly. The cutting tools shall be easily replaced and interchangeable to accommodate cutting of different types of materials. The cutting head shall be equipped with a 1" and 2" rotary blades and a 5mm straight blade but shall be capable of accepting larger and/or smaller cutting tools of various types. COMPUTER AND SOFTWARE -- The system shall include as a minimum the following computer components: 233 MHz Pentium processor, 32 Mb RAM, 4GB hard drive, 1.44 Mb floppy drive, SVGA video and monitor, Microsoft mouse or equal, enhanced keyboard and Windows 95 operating system. The system shall include as a minimum the following software: Windows 95 based operating system, Windows based motion control software, calibration software and diagnostic software. The system plotter motion control software shall be capable of importing/exporting .DXF and IGES file formats. The use of translator software to meet the requirements of 4.3 is permissible. ONBOARD PLOTTER CONTROL -- The system shall have an onboard plotter control to allow manual operation consisting of an alphanumeric keypad and joystick. CARRIAGE DRIVE SYSTEM AND CABLES -- The carriage drive shall consist of X-Y and theta Axis "brushless" servomotors and closed loop positioners (i.e. encoders or synchros) to maintain accuracy. The carriage drive system shall be capable of producing a minimum cutting/plotting speed of 45 in/sec with a minimum acceleration of .5g (200ips2). The carriage drive system and cables shall be shielded to prevent RF interference. The carriage drive system cables shall be mounted in such a manner as to prevent damage and maintain unobstructed over the table clearance. ALIGNMENT TOOL -- The system shall include alignment tools to maintain and adjust the carriage for proper alignment. PHYSICAL SIZE AND POWER REQUIREMENTS -The overall system dimensions shall not exceed 9' wide X 13' long. Electrical Requirements Control and drive systems shall be powered by 120 volts @ 30 amps, 1 phase, 60 Hz. The system vacuum pump motor shall be powered by 480 volt 3 phase, 60 HZ. The system shall perform with compress air of 100 PSI @ .5 SCFM. This requirement will be negotiated at a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. The shipping terms will be F.O.B. destination, Naval Surface Warfare Center, Crane IN, with inspection/acceptance at destination. The required delivery is 6 weeks after contract issuance. FAR Clauses/Provisions 52.203-3 Gratuities, 52.212-1 Instructions to Offerors -- Commercial Items, 52.212-4 Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (incorporating FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-18 European Community Sanctions for end Products) applies to this acquisition. DFARS 252-212-7001, Contract Terms & Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 1998), 252.225-7012, Preference for Certain Domestic Commodities and 252.227-7015 Technical Data -- Commercial Items apply to this acquisition. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors -- Commercial items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial items. The offeror should also provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. SPECIAL NOTICE -- The Director, Defense Procurement has revised DFARS to require contractors to be registered in the Central Contractor Registration (CCR) as a condition for receipt of contract award effective 1 June 1998. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. For further details regarding the requirements of CCR, offerors are advised to review the requirements of DFAR 252.204-7004 contained herein. 252.204-7004 Required Central Contractor Registration. [ As prescribed in 204.7304, use the following clause: Required Central Contractor Registration (Mar. 1998) (a) Definitions. As used in this clause -- (1) Central Contractor Registration (CCR database means the primary DoD repository for contractor information required for the conduct of business with DoD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database means that all mandatory information, including the DUNS number or the DUNS+4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (2) The offeror shall provide its DUNS or, if applicable, its DUNS+4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DoD has established a goal of registering an applicant in the CCR database within 48 hoursafter receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The Contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The Government intends to award to the responsible contractor whose quotation is the most advantageous to the Government considering price and price-related factors. The offers will be evaluated on the following factors: Technical specification compliance, past performance and price. Technical specification compliance and past performance are equal, and when taken together are significantly more important than price. The Contractor shall provide past performance for same/similar products/specifications with other Government Agencies, public or local Government for the past three years. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/ amendments and considered for future discussions and/or award. All responsible sources may submit an offer which will be considered by the agency. Submit responses to Diane Pearson via fax at 812-854-3805 by 3:00 P.M. October 12. ***** Posted 09/25/98 (W-SN254472). (0268)

Loren Data Corp. http://www.ld.com (SYN# 0147 19980929\36-0001.SOL)


36 - Special Industry Machinery Index Page