|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 34 -- MILL, BED TYPE SOL N00244-00-T-0938 DUE 061200 POC Joan Balazs
-- phone 619-532-2892 -- FAX 619-532-2347 -- email
joan_balazs@sd.fisc.navy.mil WEB: Click here to obtain more information
regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to
contact the Contracting Officer via, joan_balazs@sd.fisc.navy.mil. This
is a combined synopsis-/-solicitation for a commercial item prepared in
accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED.
The solicitation number for this Request for Quotation is
N00244-00-T-0938. This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-14.
This solicitation is issued on an unrestricted basis. FISC San Diego
has a requirement for the following: Mill, Bed type, CNC Control. Table
size 58" X 13" -- Electrical supply: 480V 3ph, 60Hz 25 amps. Mill and
control is to conform to the following: Axis Travel: "X" 40"- "Y" 20"
-- "Z" 20" (manual quill travel: 6") Rapid Traverse in "X" and "Y"
Axis: 400 IPM, "Z" axis 250 IPM Quill Diameter 4.33", Quill to be
precision ground with abec Class (7) precision bearings. Positioning
sys. Shall be precision double nut ball screws designed to prevent
backlash. Positioning Accuracy: +/-.0005" positioning full stroke
/-.00003" repeatability full stroke Cast Iron Table, Column, and Head
Hardened and ground square guide ways in the "Y" and "Z" Fully
programmable spindle speed: 2 speed back gear, High/low speed range,
80-3800RPM Flood coolant Power draw bar Precision hardened and ground
Ball Screws Bi-Directional Mapping Automatic lube system QUILL: 4.3"
DIA., Chrome plated and ground, abec class (7) bearings, CAT #40
V-Flange spindle, 5hp 3 phase spindle drive motor. CONTROL FEATURES:
Conversational programming, Pentium Processor, 400 block lookahead, 9"
VGA Monitor, 3.5" 1.44 MB Diskette, DOS Compatable, Auto Speed & Feed
Calculation, Program Review, RS-232 Port, CRT Displayed axis load
monitor, 40MB of Ram, Inch/Metric Programming, 99 tool Ref., Ultimax
2.1 software w/ultipro, 32-BIT technology, 1ms Block Processing Speed,
1.7G capacity hard drive, NC (G code) programming, Data block search,
Quick EDit, Autosave, Speed and feed edit while running, Dry Run,
No-Calc programming, Automatic Program Protect, Single block.
ADDITIONAL SOFTWARE: Shop floor programming package. Which includes;
Hurco 3-D software, Hurco Ultidraw DXF file translator, Hurco
Ultipocket software. PROGRAMMING FEATURES: Circle Mill, Face Mill, Odd
Pocket Mill, Peck Mill, 3-D Arc, Helical interpolation, Concurrent
programming, Automatic rough/finish pass, Gun drilling, Dwell drilling,
boring routines, mirror image, Linear repeat, Rotation, Lettering
package, Frame Mill, Pocket Mill, Ellipse Mill, Blend Arc, Spot Face,
Bolt Circle, Programmable safety zones, Chipbreaker drilling, Peck
drilling, Tapping, Rectangular repeat, Translation, Scaling, Unlimited
Work Offsets, Auto clutter compensation. TOOLING: 1ea. Machine Vise,
6" jaw width, 7 1/2" jaw opening (Kurt Anglock Machine Vise PN
1-5721-065) 4sets Vise jaws, Aluminum size 2" X 1" X6" (Snap Jaws PN
MAJ-200) Machine to include but not limited to: Work light, ship and
coolant tray, all safety devices, Communications utility option 3.5. 3
Complete sets of installation, operation/programming, and maintenance
manuals. Tool holder CT #40 Taper ER32 Collet Chuck Collet size range:
0.78" TO .787",ER32 Collet set, range .078 TO .787 (18 piece set) CT
#40 Taper 3/8" end mill holder,CT#40 Taper 1/2" end mill holder, CT#40
Taper 3/4" end mill holder, CT #40 Taper 1" end mill holder, CT#40
Taper ingegral shank 1/2" drill chuck CT#40 Taper 1" shell end mill
holder, CT#40 Taper system #1 tension/compression tap holder. holder to
use lyndex or bilz tap collet system #1 10 piece tap collet set, lyndex
system #1 size range nt05-006,-008,-010,-012,-016, -020, -024, -028,
-032, -036,er32 chuck nut wrench tool jaw clamp, for use with #40 taper
tool holders. Required delivery is to NADEP North Island, San Diego,
CA. Acceptance shall be at destination. The following provision apply
FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to
FAR 52.000-1, Paragraph (b) (5) Offers shall provide an express
warranty which at a minimum shall be the same warranty terms, including
offers of extended warranties, offered to the general public. Express
warranties shall be included in the contract. Offerors are required
complete and include a copy of the following provisions with their
proposals: FAR 52.212-3, Offeror Representation and certifications
Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions
Commercial Items, applies as well as the following addendum clauses;
FAR 52.211-5, New Material,. The clause at 52.212-5 Contract Terms and
Conditions Required To Implement Statues or Executive Orders
Commercial Item applies with the following applicable clauses for
paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35
Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR
52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era, DFAR 252.204-7004 Required Central Contractor
Registration, applies to all solicitations issued on or after 6/1/98.
Lack of registration in the CCR database will make an offeror/quoter
ineligible for award. Please ensure compliance with this regulation
when submitting your quote. Call 1-888-227-2423 or on the Internet at
http://ccr.edi.disa.mil for more information. DFAR 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisition of Commercial Items,
applies with the following clauses applicable for paragraph (b), DFAR
252.225-7000 Buy American Act -- Balance of Payments Program
Certificate, DFAR 252.225-7001 Buy American Act and Balance of Payment
Program, and DFAR 252.225-7012 Preference for Certain Domestic
Commodities. The Government intends to make a single award to the
responsible Offeror whose offer is the most advantageous to the
Government considering price and price related factors. Provision
52.212-2 Evaluation Commercial Items applies with paragraph(a)
completed as follows: Award will be made to the Offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable the Offeror must
furnish product literature that demonstrates the products offered meet
all requirements stated in the above purchase descriptions. All
responsible Offerors are to submit current pricing, delivery time,
payment terms, cage code, Dunn and Bradstreet number, Tax
Identification Number and all applicable specifications regarding this
solicitation. Also required are copies of applicable commercially
published price lists pertaining to your company's products that meet
the specifications. Quotes must be received no later that 3:00 p.m.
PST, 12 June 2000 and will be accepted via FAX (619-532-2347) Attn:
Joan Balazs Clause information can be downloaded from the internet from
the following addresses; http://www.arnet.gov/far/ or
http://www.acq.osd.mil/dp/dars/dfars/dfars.html Posted 05/25/00
(W-SN458708). (0146) Loren Data Corp. http://www.ld.com (SYN# 0239 20000530\34-0001.SOL)
34 - Metalworking Machinery Index Page
|
|