DUAL SPINDLE CNC LATHE WITH Y AXIS

expired opportunity(Expired)
From: Federal Government(Federal)
N68335-18-RFI-0101

Basic Details

started - 24 Nov, 2017 (about 6 years ago)

Start Date

24 Nov, 2017 (about 6 years ago)
due - 01 Dec, 2017 (about 6 years ago)

Due Date

01 Dec, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
N68335-18-RFI-0101

Identifier

N68335-18-RFI-0101
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (710798)DEPT OF THE NAVY (157257)NAVAIR (14296)NAVAIR NAWC AD (6994)NAVAIR WARFARE CTR AIRCRAFT DIV (3083)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This Sources Sought/Request for Information (RFI) notice is being posted to in accordance with DFARS 206.302-1(d). The Naval Air Warfare Center Aircraft Division, Engineering and Prototyping Division, AD-4.11.5.1, has a requirement to procure a dual spindle lathe (HAAS DS-30Y) to ensure high quality and continuity of its products, all while increasing effective utilization of division resources and response times to all initiatives/projects. Additionally, the Prototyping and Engineering Branch will require training, tooling, setup, and installation of the machineT. o meet the 4.11.5.1 requirements, the lathe to be procured should provide the following: The DS-30Y Y-axis turning center combines dual-spindle turning with Y axis, C axis, and live tooling to create a powerful "done-in-one" machining solution. Off-center milling, drilling, and tapping operations are necessary for increased machining capabilities. This model includes a 12-station BMT65 turret and synchronized C axis for
versatile 4-axis capability. The opposed spindles support fully synchronized turning, and allow on-the-fly part pass-off to reduce cycle times. The DS-30Y has a medium footprint, yet provides a generous work envelope.• Dual-spindle design for done-in-one operations• Y-axis milling, drilling, and tapping• Ideal for high-volume, high-production environments• Made in the USASpecs:• Swing Diameterso Over Front Apron 31.8"o Over Cross Slide 20.8"o Over Second Spindle 21.8"• Travelso X Axis 12.5"o Z Axis 23.0"• Spindleo Max Speed 4800 RPM (Dual Spindle)o Max Torque 275 FT-LB @ 600 RPM• Feedrateso Max Cutting 650 IPMo Rapid on X 472 IPMo Rapid on Y 472 IPMo Rapid on Z 945 IPM• Cuttingo Max Cutting Diameter 18.0"o Max Cutting Length 23.0"• Turreto 12 Toolso Live Toolingo Full C AxisThis RFI is issued as part of a procurement strategy for the planned Capital Improvement Program at NAWC AD, Building 8008 St. Inigoes, MD. The DS-30Y Dual Spindle Lathe will be installed at Building 8008, St. Inigoes, MD. The execution/delivery of these items, including: training, tooling, setup, and installation of the machine shall be completed and/or delivered to 4.11.5.1 Prototyping and Engineering Branch, Bldg 8008, St. Inigoes, MD by 31 July 2018.RESPONSESRequested InformationSection 1 of the response shall provide administrative information, and shall include the following as a minimum:• Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.• Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).Section 2 of the response shall provide technical information, and shall include the following as a minimum:• Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.• Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count.• If applicable, respondents shall include a list of DoD, Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor POC for each program, with email address and phone number.• The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.• Respondents should include a list of authorized distributors.ADDITIONAL INFORMATIONThe Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.HOW TO RESPONDInterested parties shall respond within 5 days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed 10 pages) via e-mail no later than MM/DD/2017 to Sarah Lowell at sarah.lowell@navy.mil.

LAKEHURST, New Jersey 08733 United StatesLocation

Place Of Performance : N/A

Country : United StatesState : New JerseyCity : Lakehurst

Classification

333 -- Machinery Manufacturing/333517 -- Machine Tool Manufacturing
naicsCode 333517Machine Tool Manufacturing
pscCode 34Miscellaneous Welding Equipment