Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

34--Axis Boring Machine and related accessories.

Solicitation Number: W25KYD8283N001
Agency: Department of the Army
Office: National Guard Bureau
Location: USPFO for Pennsylvania
  • Print
:
W25KYD8283N001
:
Combined Synopsis/Solicitation
:
Added: Jan 20, 2009 4:20 pm
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Pennsylvania National Guard has a requirement for an AXIS Boring Machine and related equipment for the support of mission functions at its Combined Support and Maintenance Shop (CSMS), Fort Indiantown Gap, Annville, Pennsylvania.

The Solicitation Number is: W25KYD8293N001. The Solicitation is issued as a Request for Quotation (RFQ).

Quotations are due on Monday, 9 March 2009, at 1300 HRS (1:00 pm) EST at DMVA, Bldg. 0-48, USPFO-PA, P&C, Attn. M. Brown, Room 242, FTIG/Annville, PA 17003-5003. Quotations may be submitted by e-mail at: mike.v.brown@us.army.mil. Quotations should not be submitted via facsimile. Questions concerning this solicitation will only be accepted via e-mail addressed to Michael Brown, Contracting Specialist at mike.v.brown@us.army.mil.

NAICS Code is: 333512.

Evaluation will be based on the lowest price technically acceptable for the government. Accordingly, please note that, unless otherwise specified herein, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible offeror whose offer conforming to the solicitation presents the lowest technically acceptable price. Technical acceptability includes compliance with the requirements of this solicitation.

F.O.B. Destination, within Consignees Premises - Installed. Offers/Quotations submitted on a basis other than FOB Destination, within Consignees Premises, will be rejected as nonresponsive. The ship to location is CSMS-EAST, Bldg 10-102, Fort Indiantown Gap, Annville, PA 17003.

This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. The Government reserves the right to award without discussions.

This RFQ has fourteen (11) line items, some with multiple items and/or quantities. A Firm Fixed Price (FFP) type purchase order is anticipated. Pricing should be provided for each line item. All line items must be quoted. Unless the context clearly indicates otherwise, all quantities are one (1).

ITEM 0001 Axis Boring Machine A heavy duty cylinder head machine. While no particular brand is required, the unit shall be equal to or better than the Rottler Traveling Column CNC3 Axis Boring, Surfacing & Line Boring Machine, complete with standard equipment inclusive of the following: CNC (Computer Numerical Control) Machine utilizing Windows XP operating system and industrial PC, with precision programming and control thru a 15 in. or similar sized computerized touch screen; system to have programmable & automated cycles such as boring, surfacing, lower sleeve offset boring, water hole repairs, main & cam line boring, general CNC machine work; internet connectivity capable for service and software upgrades; operable in standard or metric measurements; precision ball screws & AC servo motors to provide 3 axis movement - Horizontal Movement (X Axis) - Left and Right Direction - 108 in. (2750mm), Horizontal Movement (Y Axis)- In and Out Direction - 12 in. (300mm), Vertical Movement (Z Axis) - Up and Down - 30 in. (750mm); vertical, horizontal and spindle load monitoring for fast overload shut down; precision position display in .0001: (.002mm) resolution; electronic handwheel for manual movement (3 modes coarse (.01 in. / .25mm), medium (.001 in./ .01mm) & fine (.0001 in. / .002mm)); infinite variable federates adjustable by handwheel during automatic cylces; high performance spindle rotation AC brushless servo motor and drive system; precision spindle with high speed angular contact bearings; fast, rapid and jog speeds for reduced cycle time; automatic workhead tilt system for back clearance during surfacing; air assisted quick change cutterhead draw bar system; air pressurized column to reduce friction and provide for accurate positioning; turcite coated sideways to provide for low friction and extended life; automatic monitored central lubrication system; chip guard with adjustable pivot arm; operating, programming and spare parts manual. Electrical requirement maximum 208-240VAC 70 Amps 50/60Hz 3 Phase. The Rottler model is provided as guidance on the minimum technical equivalent that is acceptable.

ITEM 0002 Touchscreen software for Programmable Automated Engine Rebuilding Machine Work inclusive of: boring and sleeving to allow for (1) circular interpolation counterbore finishing for corner radius undercut and facing of wide counterbores, and (2) lower offset for boring larger diameters found when resleeving lower seal areas of wet liner (equal to Rottler Part No. 9040); surfacing to allow for multiple pass programmable depth of cuts, including different settings for rough and finish milling/surfacing (equal to Rottler Part No. 9041); and CAD/CAM software (equal to Rottler Part No. 9043). Interoperable with ITEM 0001.

ITEM 0003 Wireless Probing System for automatic centering and measuring, equal to or better than Renishaw wireless probing system inclusive of a selection of probes/stylus, #40 taper and software for (1) automatic centering in cylinder bores, (2) measuring cylinder bore diameters, and (3) measuring deck (head gasket height) (equal to Part No. 650-3-59G). Interoperable with ITEM 0002.

ITEM 0004 Boring and Surfacing Equipment inclusive of the following: Set of 2 tower type block hold down clamps (equal to Rottler Part No. 6309N); mid-range in-line and V Block fixture for blocks up to V12 such as CAT 3412, Komatsu 170, Cummins NV12, Detroit 91, etc. - fixture to include 5 pair of locators to cover 2.5 in. - 6.0 in. (63.5 - 152mm) main line diameter range (equal to Rottler Part No. 6725); set of 10 in. (254mm) parallels with air float (equal to Rottler Part No. 6370Z); set of 18 in. (457mm) parallels with air float (equal to Rottler Part No. 6370C); 5.2 in. (132mm) heavy duty T-Slot Universal parallels for machining small in-line blocks on their pan rails (equal to Rottler Part No. 7219W).

ITEM 0005 Fixturing for Surfacing Cylinder Heads and Manifolds inclusive of the following: leveling table with air float, complete with universal work holding system for surfacing cylinder heads and manifolds (equal to Rottler Part No. 7209M).

ITEM 0006 Boring and Sleeving Tooling inclusive of the following: Blind Hole Stub Cutterhead 2.9 - 8.0 in. (74-203mm) diameter x 9.3 in. (236mm) length, complete with tooling and Digital Micrometer (equal to Rottler Part No. 6519Z).

ITEM 0007 Surfacing Tooling inclusive of the following: 18 in. (460mm) diameter Surfacing Cutterhead Assembly complete with tooling (equal to Rottler Part No. 6294T); and a quantity of two (2) CBN Inserts with 1/16 Radius, for surfacing large blocks (equal to Rottler Part No. 6301J).

ITEM 0008 Mounted halogen work light for ITEM 0001 (equal to Rottler Part No. 6457).

ITEM 0009 R8 Taper Adaptor (equal to Rottler Part No. 6170K).

ITEM 0010 Line Bore Fixture for Small to Large Blocks and Heads inclusive of the following: complete with universal work holding system for small In Line and 90 Degree V Blocks, together with 90 Degree V Block supports (also used for setting up cylinder heads such as CAT3406E and Detroit 50/60 Series for camshaft line boring) (equal to Rottler Part No. 650-3-56).

ITEM 0011 Machine Installation and three (3) days of Operator Training. Upon provision of factory specifications by offeror, Government will provide concrete floor and hold down bolts for anchoring of machine. Government will also provide power and air connections in accord with ITEM 0001 power maximums (208-240VAC 70 Amps 50/60Hz 3 Phase) and Offerors specifications prior to installation and training. Offeror travel and lodging costs are the responsibility of the Offeror.

All equal or better submittals are required to provide technical/descriptive documentation, inclusive of copies of detailed product manuals. Offers shall include manufacturers name, model number, and product country of origin for any non-U.S. end-product contained in any quote.

Responsive quotations shall include warranty information for all items. A minimum of one (1) year on-site parts and labor warranty is desired for all items.

Responsive quotes shall be inclusive of on-site training (travel and lodging costs, if any, are the responsibility of the successful respondent) (see ITEM 0011).

Quotes will be evaluated on the basis of the evaluation factors listed in this solicitation and the information furnished by the offeror submitting the quote or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE.

By submission of a quote, the offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation.

Responses shall include the offerors CAGE Code, any prompt payment terms, and estimated time to deliver installed ARO.

The following FAR Provisions and Clauses apply to this acquisition:
52.203-3; 52.203-6 ALT I; 52.204-4; 52.204-7; 52.211-6; 52.212-1 (Instructions to Offerors); 52.212-2; 52.212-3; 52.212-4 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items); 52.212-5 (Dev); 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.223-5; 52.225-1 (Buy American Act-Supplies); 52.225-2 (Buy American Act Certificate); 52.225-13; 52.228-5; 52.232-36 (Payment by Third Party); 52.233-3; 52.233-4; 52.237-2; 52.247-35 (F.o.b. Destination, within Consignees Premises); 52.252-2 (The website for the fill-in portion is http://farsite.hill.af.mil) 52.247-7024.

RESPONSIVE OFFERORS ARE ADVISED TO INCLUDE A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items, WITH ANY QUOTE.

The following DFARS Clauses apply to this acquisition:
252.204-7004; 252.209-7001; 252.211-7003; 252.212-7000; 252.212-7001 (DEV); 252.223-7006; 252.225-7000; 252.225-7001; 252.225-7012; 252.225-7014; 252.225-7015; 2252.225-7020 (Trade Agreements Certificate); 252.225-7021; 252.243-7002; 252.247-7023.
:
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
:
USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
17003-5003
US
:
Michael V. Brown, 717-861-6872

USPFO for Pennsylvania