Kentucky Bids > Bid Detail

CNC MACHINE

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 32 - Woodworking Machinery and Equipment
Opps ID: NBD00159631864485174
Posted Date: Mar 23, 2023
Due Date: Apr 6, 2023
Solicitation No: FN1547-23
Source: https://sam.gov/opp/3785ce59b8...
Follow
CNC MACHINE
Active
Contract Opportunity
Notice ID
FN1547-23
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON INDUSTRIES, INC
Office
FEDERAL PRISON INDUSTRIES, INC
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: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 23, 2023 11:42 am CDT
  • Original Date Offers Due: Apr 06, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3230 - TOOLS AND ATTACHMENTS FOR WOODWORKING MACHINERY
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Ashland , KY 41105
    USA
Description

***NOTE*** PLEASE REVIEW ATTACHED DOCUMENT THAT HAS ALL TEXT REGARDING SOLICITATION.



SECTION A - Solicitation FN1547-23





SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS



Federal Prison Industries (FPI), which operates under the trade name UNICOR, is a wholly-owned Government Corporation within the Department of Justice, under the Federal Prison System. The Corporation was created by Congress in 1934, and provides employment, education, and training opportunities to inmates under Federal custody. UNICOR operates approximately 99 factories in over 64 locations. Its production lines are extensive and include over 250 different products and services sold to other Federal Agencies and the Department of Defense.





GENERAL INTENTION: It is the intent of this solicitation to result in a one (1) Purchase Order Firm Fixed Price for a 3 Axis CNC Router to be used in the UNICOR's Furniture Production Factory for FPI Ashland, KY.





Product is to be delivered FOB Destination to the following UNICOR locations:





UNICOR FCI ASHLAND, State Route 716, Ashland, KY, 41105.





This solicitation is expected to be a single award Firm Fixed Price Contract with a 100% small business set aside. The NAICS code for this requirement is 333310, Commercial and Service Industry Machinery Manufacturing. The size standard for NAICS 333310 is 1,000 employees.





All offerors shall read the solicitation in its entirety prior to submission of any questions. All questions SHALL be submitted in writing. At no time shall offerors contact individuals at the individual factories. No questions will be answered verbally. All questions shall be submitted in writing to brent.ponder@usdoj.gov by March 30, 2023 at 2:00 pm CST and must reference the solicitation number FN1547-23 in the subject of the request. No questions will be answered after that date. An amendment will be issued with answers to all questions received before the deadline date for questions.





Any amendments issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror.





Solicitation number is FN1547-23 and this solicitation is issued as a Request for Quote (RFQ). It is anticipated that this solicitation will result in a Single Award.





Offer closing date is Thursday, April 6, 2023 at 2:00PM CST.



Quotes received after this time WILL NOT BE CONSIDERED FOR AWARD. Questions shall be emailed to brent.ponder@usdoj.gov no later than March 30, 2023 at 2:00 pm CST. Questions received after this time will not be answered.





The following information pertains to the Standard Form 1449 Solicitation:





OMB 1103-0018



The offer acceptance period is 90 calendar days. Block 31b, Brent Ponder, Contracting Officer





NOTE: UNICOR may add other factories or materials to contract at a later date through a modification to the awarded contract.



All solicitations (also future procurement) and any other information (amendments, etc.) may be obtained through SAM.gov at www.sam.gov.





All offerors must complete the following information prior to submission of offer to be considered for award, in addition to the requirements of Section L



Offerors must email proposals to Brent Ponder, Contract Specialist, at brent.ponder@usdoj.gov. The proposal must have the solicitation number FN1547-23 in the subject line of the email. All amendments must be signed and dated and submitted with proposal.



Offerors must also send one copy of the proposal and all amendments (signed) via UPS or FedEx to:



FCC Forrest City/UNICOR



1400 Dale Bumpers Rd.



Forrest City, AR 72335



ATTN: Brent Ponder.



The postmark on this package should be on or before the solicitation deadline.



All solicitations (also future procurement) and any other information (amendments, etc) may be obtained through SAM.gov at www.sam.gov.



All offerors must complete the following information prior to submission of offer to be considered for award:





1. ACH Form - which can be found on UNICOR website at www.unicor.gov About UNICOR - Doing Business with UNICOR



For vendors



Electronic Vendor Payment



Scroll down to ACH Form, Print and submit with written offer





2. Complete the ACH form and registration in SAMS http://sam.gov formerly known as CCR and ORCA. The ACH form can be found on UNICOR's webpage at www.unicor.gov. For the ACH form click on Doing Business with UNICOR



For Vendors



Electronic Vendor Payment



Scroll down to ACH Form, Print and submit with written offer. What is SAM?



The System for Award Management (SAM) is combining eight federal procurement systems and the Catalog of Federal Domestic Assistance into one new system. The benefits of SAM include streamlined and integrated processes, elimination of data redundancies, and reduced costs while providing improved capability.



With one user ID and password, SAM will benefit contractors by providing access to all the capabilities associated with:



1. Registering to do business with the Government



2. Representing/Self-Certifying as a Small Business



3. Viewing Business Opportunities - www.sam.gov



4. All offerors must complete the Business Management questionnaire with three references from the past three (3) to five (5) years that are the same or similar in scope to this requirement. References that are not for the same or similar items in the solicitation will receive neither favorable or unfavorable rating.



5. The UNIQUE ENTITY IDENTIFICATION NUMBER (UEI) and TAX IDENTIFICATION NUMBER (TIN) numbers must match your information on www.sam.gov



UEI Number:



TIN Number:



If UEI and TIN numbers do not match SAM information, no award will be made to that offeror.



6. One (1) copy of entire proposal must be included in proposal package. Preferred method of submission via email:



brent.ponder@usdoj.gov



7. Statement of Work will be included with solicitation.



8. Signed and dated copies of the proposal and all amendments to the solicitation.





The NAICS code associated with this requirement is 333310 3 Axis CNC Machine





NOTICE TO GOVERNMENT WHEN CONTRACTOR(S) DELAYS:



In the event the contractor(s) encounter difficulty in meeting performance requirements, or when there is an anticipated difficulty in complying with the delivery terms or completion dates, or whenever the contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely delivery/performance of this contract, the contractor must immediately notify the Field Administrative Contracting Officers at UNICOR ASHLAND or in writing, giving pertinent details. This information will not be construed as a waiver by the Government of the required delivery schedule, or the Governments rights to impose consideration against delinquencies or other remedies provided by this contract.





Contractor agrees that FPI is in the category of the most favored or best commercial customer category of the Contractor and as such, the Contractor will:



During the contract period, the Contractor shall report to the Contracting Officer all price reductions offered to the category of customers that are considered by the Contractor to be their most favored or best commercial customer.



1. A price reduction shall apply to purchases under this contract if, after the award date, the Contractor-



i) Revises downward its commercial catalog, price list, schedule, etc., to its best commercial customers (or category of customers) below the awarded price under this contract;



ii) Grants more favorable discounts or terms and conditions to its best commercial customers than those contained in this contract that would result in prices below the awarded price under this contract, an/or



iii) Grants special discounts to its best commercial customer (or category of



customers) that would result in prices lower than the awarded price under this contract.



2. The Contractor shall offer the price reduction to FPI with the same effective date, and for the same time period, as extended to the commercial customer (or category of customers).



The Contractor may offer the Contracting Officer a voluntary price reduction at any time during the contract period.



The Contractor shall notify the Contracting Officer of any price reduction subject to this clause as soon as possible, but not later than 15 calendar days after its effective date.





Future requirements for these or similar items from this or other UNICOR factories may be added to the resulting contract if considered to fall within the scope of work and the price is determined to be fair and reasonable.





INVOICES ARE TO BE EMAILED TO:



Accounts.payable@usdoj.gov



SECTION C - DESCRIPTION-SPECIFICATION WORK STATEMENT






  1. Work Area will be a minimum of 3700 mm [X] x 1600 mm [Y].

  2. Able to handle a 2000mm Y axis size panel for part loading.

  3. Provide training during installation on compensating machine geometry by axis for maintaining the accuracy of the machine.

  4. Bidder supplied test program used for machine axis alignment testing at machine installation.

  5. Positioning precision is required to be within a tolerance of ±0.06 mm.

  6. Provide at install a report on interpolation of the axes (circularity) precision using a Ball-Bar Renishaw type device.

  7. X Axis should be driven by an A.C. servomotor and/or a high precision linear motion system.

    1. Describe maintenance and life expectancy of x axis motion components (ball screw, planetary, or rack and pinion)



  8. Y axis linear motion components should be described and detailed.

    1. Describe maintenance and life expectancy



  9. Z axis linear ball screws must not use pneumatic assistance.

    1. Describe maintenance and life expectancy



  10. All axes are to be driven by servo motors controlled by digital drives.

  11. Machining table to be a minimum of 32 POD and 8 Rail Configuration (Not Nesting).

    1. Supply a Combination large {16 of approximately 145mm x 145mm} and small pods {16 of approximately 145mm x 55mm} )



  12. Ability to install more or less than 4 pods on a rail as per the program or operator.

  13. Supply 16 additional gaskets and retaining clips for both pod sizes as spares.

  14. Supply 8 x rail belts for spare high wear items.

  15. Required motor and/or computer assisted pod and rail locating and job setup system (semi-automatic pod/rail positioning).

  16. Integrated part loading assistance device on each rail.

  17. LED Light under Y axis that highlights the working area.

  18. Floor configuration for maximum operating speeds using light curtain style safety system.

  19. Maximum floor area is 8000mm x 5200mm including machine, safety fences and external electrical devices

  20. The vector speed is to be 55 M/min or greater.

  21. If bidder is supplying a 3 axis CNC – 12000 RPM x 15 Kw S6 Duty x electrospindle minimum.

    1. Bidder to supply power and torque details on spindle



  22. Max RPM required is 24,000 RPM.

  23. Tooling is to be HSK63F (ER32) for the electrospindle.

  24. Required Integrated Tool length detection device.

  25. Minimum of 250 m3/h Vacuum pump (Claw style pump preferred).

  26. Configured for rapid automatic tool changes with a minimum of one tool changer.

  27. 20 Tool changer locations minimum.

  28. Minimum of 18 collets/18 tool holders supplied – No router bits are to be included.

    1. HSK 63F ER32 Tool Holders QTY x 20

    2. Universal HSK 63F Tightening stand similar to VE340 with wrench QTY x 1

    3. Collet ER32 1/8"; QTY x 1

    4. Collet ER32 1/4";6-7 QTY x 6

    5. Collet ER32 3/8";9-10 QTY x 1

    6. Collet ER32 1/2";12-13 QTY x 8

    7. Collet ER32 5/8";15-16 QTY x 1

    8. Collet ER32 3/4";19-20 3/4" QTY x 1



  29. Dual independent drilling units (Preference is minimum of 20 Horizontal and 34 Vertical across two drilling units).

  30. Tooling to be supplied for the drilling spindles - minimum of 10 each LH and RH twist.

    1. 35mm brad point (57mm LH only)

    2. 20mm brad pint

    3. 15mm brad point

    4. 13mm brad point

    5. 11mm brad point

    6. 10mm brad point

    7. 9mm brad point

    8. 8mm brad point (70mm)

    9. 8mm brad point (57mm RH only)

    10. 5mm brad point

    11. 3.2mm brad point

    12. 19mm lance (thru) point

    13. 14mm lance (thru) point

    14. 9.5mm lance (thru) point

    15. 5mm lance (thru) point



  31. Minimum of 2 integrated 10,000 RPM saw blades in X axis with 1 each “2 total” of the blades supplied per drilling head.

    1. Saw blades must be drilled for universal rotation of spindle (both sides drilled)



  32. If available, rear referencing hinge housing drilling spindle on each drilling head.

    1. Include all required tooling for the hinge bit attachments with 5 each of the bits required for the attachment



  33. Drilling units to be at least 2.2Kw / 5000 rpm.

  34. Motorized chip conveyor beneath the work area that can be easily unloaded by the operator.

  35. Automatic lubrication on motion axis, manual grease in drilling units.

  36. Dust Extraction requirement of no more than 2600 CFM, a 90degree adapter for horizontal take off is required for the dust connection due to the ceiling height and must be included.

  37. Maintenance, operating, service, spare parts, user manuals, electrical & pneumatic schematics to be supplied in PDF format.

  38. Overall layout and installation drawings to be supplied in DXF format.

  39. Minimum of Windows 10 operating system on operator station.

  40. 1 additional programming station license hard key for office programming.

  41. Three (3) days of onsite programming assistance during machine installation.

  42. Ability to assist with troubleshooting and support the machine remotely over the phone and email, the machine will have no internet access.

  43. Warranty to be minimum of 1 year for all parts and labor.

    1. Provide complete and optional recommended spares list with cost and quantity each.



  44. Electrical Service to be 480v 3 phase @ 80 amps, any required auto transformer is to be included with the machine.



Bidder is required to provide descriptive literature and PFD Drawings for installation and overview with written proposal. Bidder must include the machine weight and utilities required for installation at the time of bidding.





Bidder will install the machine onsite once delivered. Bidder will provide training on the machine to staff and inmates once installed and working in properly on site at the Ashland Facility. Bidder will have to provide proof of Liability Insurance & Workers Compensation Insurance prior to performing the duties. Federal Prison Industries will not be held liable for any for any damages while installing equipment or if anyone is injured on the install.





If any substitutions are made from specifications, they are to be clearly labeled and explained for evaluation and acceptance during BID review, otherwise specs above will be expected to be met.






Attachments/Links
Contact Information
Contracting Office Address
  • P.O. BOX 888
  • ASHLAND , KY 41105
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 23, 2023 11:42 am CDTSolicitation (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 >