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