California Bids > Bid Detail

CNC Cylindrical Grinding Machine

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 34 - Metalworking Machinery
Opps ID: NBD00159859313195921
Posted Date: Feb 17, 2023
Due Date: Mar 6, 2023
Solicitation No: 22-40-1006
Source: https://sam.gov/opp/d802353ae1...
Follow
CNC Cylindrical Grinding Machine
Active
Contract Opportunity
Notice ID
22-40-1006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA AVIATION
Sub Command
DLA AV RICHMOND
Office
DLA AVIATION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 17, 2023 03:50 pm EST
  • Original Response Date: Mar 06, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3415 - GRINDING MACHINES
  • NAICS Code:
    • 333517 - Machine Tool Manufacturing
  • Place of Performance:
    San Diego , CA 92135
    USA
Description

The DLA-Aviation is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for three high precision Computer Numerically Controlled (CNC) Cylindrical Grinder machines. Potential sources must provide turn-key machine with technical data, tooling and accessories, delivery, unloading and rigging, installation, testing and on-site operator, maintenance, electrical, and mechanical training. Potential sources must also remove of three (3) vertical/jig grinders from the area and transport to the government’s designated disposal facility. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 333517.





THIS SOURCES SOUGHT IS FOR INFORMATION PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE/PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.





Submission Instructions: Interested parties should submit a response to this Sources Sought Notice by March 6, 2023 NLT 04:00 pm EST. All responses under this Sources Sought Notice must be emailed to Ashley.Saunders@dla.mil. Responses should be not exceed ten (10) one-sided 8.5 x 10 inch pages with a font that is no smaller than 10 point as this is not a request for a proposal but only a request for submission of a vendor's capability to perform this requirement. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





DLA Aviation intends to issue a request for proposal for a cylindrical grinder, including: tooling and accessories, technical data to be supplied, delivery, unloading and rigging, installation, testing and on site operator, maintenance, electrical, and mechanical training. Interested parties may identify their interest and capability to respond to this requirement no later than the stated closing date/time.





Place of performance is Fleet Readiness Center Southwest (FRCSW), at Naval Air Station North Island in San Diego, California





DLA Aviation is requesting industry input into the feasibility of the government’s requirements. In your response, please provide:




  • Description of your company’s capabilities, based on the questions below

  • Comments on the attached statement of work. Please identify on the attached statement of work if your company is capable of providing the requirement as written or if you have an alternative approach but are still able to achieve the size and capacity criteria listed in Section 3.4, Table I of the attached purchase description.

  • Please identify your company’s business size in terms of number of employees, and whether domestic or foreign for consideration of solicitation set-aside, and small business subcontracting requirements.

  • Please identify your company’s manufacturer status: Manufacturer/Non-Manufacturing Source. If non-manufacturing source, please identify the manufacturer.

  • Please identify whether your company will partner with subcontractors to complete this requirement.

  • Please provide a rough basis of estimate to consider for budgeting purposes as follows:

    • Total cost of the machine to meet the requirements.

      • Machine “options” to meet the requirements do not need to be broken out or itemized; Only the price of the “full” machine to meet the requirements.



    • Cost of the tooling and Accessories

    • Shipping cost (include estimate for use of a U.S. Flag Vessel if necessary for shipping)

    • Machine installation (site visit is not available at this time. Please use standard installation estimates)







Physical & Performance Characteristics:




  • The attached purchase description outlines the physical characteristics of the machine to include:

    • The machine must fit within the allowable floor plan per machine of 10 feet x 8 feet.

      • Please provide the overall size needed to fit the machine in your technical details.



    • The machine proposed must me the size and capacity requirements listed in Table I. of Section 3.4 in the attached purchase description.

    • The alignment and accuracy tolerances of the machine shall be of an accuracy of 0.0004 inches and a tolerance of 1 micron with a radial resolution of 0.01 deg. Machine shall adhere to requirements of ISO 2433.








  • System safety, design, and engineering requirements are to be supported by industry standards. Since this is a government industrial facility, the current standards used are documented within paragraphs 2.2 Government Documents to 2.4 Order of Precedence of the draft purchase description. The government may allow for a substitute standard after comparison with the command’s safety office. Not all substitutes will be permitted or granted. Please identify if you can comply with the standards referenced or what alternate would be proposed for use in lieu of.






  • In addition to the standard tools and equipment required for proper operation and maintenance of the machine, the government will be requiring the following tools/accessories:

    • 10” diameter grinding wheels, ½” and 3/8” thick

    • 5” diameter Grinding wheel flange

    • Hard metal tipped centers

    • Set of leveling screws and plates

    • Table swiveling system for taper grinding with dial gauge







The cost estimate for this only requires the total prices of the tools accessory package and does not need to be broken out into each line item.








  • For additional physical and performance characteristics, please refer to the following sections in the attached purchase description:

    • 3.1 Design

    • 3.2 Construction

    • 3.3 Components











Additional scope requirements:




  • Please review the additional scope requirements as follows:

    • Equipment Identification and Markings, Paragraph 3.7, Marking on Instruments, Control Panels, and Plates.

    • Technical Data and Planning, Paragraph 3.8, Technical Data

    • Installation of the machine, Paragraph 3.9, Installation

      • Government will provide utility hook up within 20 feet, line of sight, from the machine installation location.



    • Operator and Maintenance Training, Paragraph 3.10, Training








  • Performance testing and inspection are conducted at OEM and government’s facility with the cited test procedures, as referenced in Section 4.0, Quality Assurance. Please comment on feasibility of tests along with your company’s ability to execute the test. Please provided feedback on the applicability and feasibility of the government directed test.






  • Please comment on the draft purchase description of whether the current performance characteristics are achievable, or whether the Government should consider an alternative that is commercially available.
























Attachments/Links
Contact Information
Contracting Office Address
  • ASC INDUSTRIAL PLANT EQUIPMENT 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 17, 2023 03:50 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >