Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1999 PSA#2359

Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000

34 -- WELDING MACHINE SOL N00181-99-Q-0143 DUE 061499 POC Glenda Jones Phone (757)396-8350, Fax (757)396-8503 It is the intent of FISC, NNSY Annex to contract for : Item 0001: Welding Machines AC/DC Inverter GTA/SMA Squarewave Welding power source. Welding machines shall meet the following technical specifications: 1) advanced squarewave arc, 2) AC frequency control 3) 300 AMP maximum output 250 AMP @ 40% duty cycle 4) High frequency start only 5) adjustable hot start for GTAW and SMAW arc starts 6) International style weld disconnects 7) dual digital volt/amp meters 8) process polarity switch 9) protective cover for control panel 10) line voltage compensation. Welding Machine shall have the following characteristics: 208-230/460 VAC, single/three phase 60HZ, Dimensions 17" x 12.5" x 24", weight 106 Lbs Max. Part Number Miller 903-519-01-1 or equal, qty. 8 EA. Item 0002: Portable SMA & GTA Welding Machine. Welding machine shall meet the following technical specifications: 1) DC SMAW & GTAW 2) Rated output amps/volts duty cycle -- 200A/28V 20% additional rating amps/volts duty cycle -- 180a/27/27.2V 60% 3) Input voltage -- 230/460/160 4) Input current @ rated DC output 33/16.5 amps 5) open circuit voltage -- 80V 6) weight 33 lbs (15KG) maximum -- dimensions -- 12.8" x 8.0" x 18.0". Welding machine shall also have the following characteristics: complete pulsing capability including adjustable starting current, ramp up rate, pulse duty cycle, pulse on/off time, background current, current ramp down and crater fill current. Welding machine shall be capable of GTAW with pulsing, GTA welding, spot welding GTA welding with adjustable spot time and stick welding modes of operation. Welding machine shall be Lincoln Invertec V200T K1598-1 or equal. Qty 22 EA. IMPORTANT NOTICE: DFAR 252.204-7004 -- Required Central Registration" applies. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Information can be obtained through Internet @ http://ccr.edidisa.mil. 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. The associated Standard Industrial Classification (SIC Code is 5084 and the Small Business Standard is 500 employees. This announcement constitutes the only solicitation; proposals are being requested and WRITTEN SOLICITATIONS WILL NOT BE ISSUED. Solicitation Number N00181-99-Q-0143 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97.10 and the Defense Federal Acquisition Circular 97-10, 1998 Edition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following FAR clauses applies: FAR 52.212.1 -- Instructions to Offerors -- Commercial Items; FAR 52.212-3 -- Offeror Representation and Certifications -- Commercial Items; FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items; FAR 52.214-21 -- Descriptive Literature; DFAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisition of Commerical Items applies and shall include 252.225-7036 (ALT I), Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program; 252.225-7012 -- Preference for Domestic Commodities. NNSY's Mercury Free Clausse applies. A copy of this clause is available upon request. All offerors shall be evaluated for fair and reasonable price, technical acceptability, adherence to applicable clauses, provisions, delivery schedule and satisfactory past performance. This procurement is being conducted under Simplified Acquisition Procedures. ALL QUOTES MUST BE RECEIVED NO LATER THAN 3:30PM LOCAL TIME. Offerors shall include a completed copy of the provision at 52.212-3 -- Offeror Representation and Certifications -- Commercial Items. The RYG Program will be used as part of the evaluation process. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g., on company letterhead, formal quote form, etc.) But must include the following information: (1) Company's complete mailing and remittance address (2) discounts for prompt payment (3) anticipated delivery of material (4) cage code (5) Dun & Bradstreet Number (DUNS) (6) taxpayer ID number (7) location of manufacturing facility. Import Internet address: 1) Federal Acquisition Regulations (FAR) @ http//www.gsa/gov/far Defense Federal Acquisition Regulation Supplement (DFARS) @ http//www.dtic.mil./dfars Response to this solicitation MAY BE FAXED to Glenda Jones at (757)396-8503 or mailed to: Fleet & Industrial Supply Center, NNSY Annex, Code 532.3F/Glenda Jones, Bldg. 1500, 2d FL, Portsmouth, VA 23709-5000. Or e-mail to: glen.jones@sy.nnsy.navy.mil.. Offers are due by 3:30PM by JUN 14. Posted 05/29/99 (W-SN337338). (0149)

Loren Data Corp. http://www.ld.com (SYN# 0236 19990603\34-0001.SOL)


34 - Metalworking Machinery Index Page