Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610

Fleet & 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