turn-key retrofit and upgrade of Robotic Shot Peen Machine.
This Sources Sought announcement is part of a market survey for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals, and no contract will be awarde... This Sources Sought announcement is part of a market survey for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals, and no contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. (Respondents will not be notified of the results of the evaluation). The US Army Corps of Engineers, Los Angeles District is seeking sources for a turn-key retrofit and upgrade of Robotic Shot Peen Machine. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the community of applicable contractors. The Government strives to ensure that there is adequate competition among the potential pool of available contractors. The statement of work is as follows: The minimum requirements is for a complete, ‘Turn-Key" retrofit and upgrade of Robotic Shot Peen Machine. The Government shall be responsible for providing the "core" machine to be retrofit. The machine being retrofitted is a Progressive Technologies CNC Shot Peen machine, serial number 7716. The retrofit is to replace the antiquated and nonfunctional control system and restore the machine back to original equipment manufacturer (OEM) capabilities. The vendor shall disassemble, clean all areas of the machine to be overhauled, and retrofit the machine in accordance with the specified requirements. The machine shall be overhauled and restored using all newly-manufactured parts equal-to or better-than OEM quality and meeting the accuracies and tolerances specified. This entire process shall be a turn-key installation, to include system start-up and training of the workforce. The specific work items are listed below. The contractor shall retrofit/upgrade and restore the machine to original, like-new condition, and incorporating capacity for use of 110, 230, and 330-sized shot media all in one system. The contractor shall be responsible for furnishing all support services, qualified personnel, parts, and materials necessary to retrofit and upgrade the machine in accordance with all requirements specified herein. In addition, the contractor shall perform all other work not specifically stated that is necessary to assure that the machine will meet all provisions of the statement of work. The sequence of performing the work shall be at the option of the contractor provided there is no conflict with any other requirements specified herein. Major subsystems and components to be replaced are: a. Install new control station equipped with a Fanuc 31i-B5 CNC controller; b. Replace Servo Drives/Motors for all machine axes with Fanuc Alpha series digital servo drives and motors(for both robots & the spindle); c. Update the machine software to communicate with the new Fanuc CNC.; d. Replace the remote I/O modules with Fanuc I/O modules; e. Replace the Z?axis locking mechanisms on the Z & W axes; f. Replace the existing model #478C MagnaValves with new model #578?24 MagnaValve media flow controllers calibrated for flow rates from 3-30 lbs/Min; g. Rebuild each of the four Pressure Engines. Rebuild will including replacing O?rings, valves, gaskets, springs, bearings, bushings, filters, liners and cam drive gearboxes, and any other parts/components as required; h. Install a new rotary lance drive to replace the existing rotary lance drive; i. Install new Blast Gun Holder; j. Install a new air lock and media diverter; k. Install a new cyclone; l. Install two new SWECO vibratory classification units with quick change screen upgrade and SWECO screens for the shot sizes specified; m. Install new Media Adder and Media storage system. Additional hoses and Y?block are to be included and provide the ability to transfer media from the pressure pots into the media adder/storage hopper; n. Install new urethane reclaim ductwork, 7" I.D. X 8" O.D.; o. The cabinet door seals, gum rubber; window glass will be replaced; p. The door switch will be replaced to comply to current RIA standards including an interlocked safety switch that is solenoid locked closed during cycle. The safety switch is used to stop all processing if the door is opened during a cycle (by force or solenoid failure). It also prevents a cycle from starting unless the door is closed; q. The four(4) light fixtures inside the blast chamber shall be replaced; r. The emergency stop cable shall be replaced; s. Seal belts on both robots shall be replaced; t. Urethane wheels and protective skirt for the load conveyor shall be replaced; u. Update CNC software and media-change parts programs to current industry standards; v. Robot Brake for vertical axes; w. Cabinet will be lined with 1/8" gum rubber where appropriate. Location of this work is from San Diego, San Diego County, California. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 336413 Other Aircraft Part and Auxiliary Equipment Manufacturing. Small Business Size Standard for this acquisition is 1,000 employees. Prior Government contract work is not required for submitting a response to this sources sought notice. Prospective prime contractors interested in this synopsis must respond to the following questions. Responses shall be limited to 5 pages. 1 Offeror's name, address point of contact, phone number and email address. 2 Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to experience of the prime contractor as well as any major subcontractors may be submitted; comparable work performed within the past 5 years, and brief description of project, customer satisfaction, and dollar value of project). Provide at least 3 examples if applicable. 3 Offeror's type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned, 8(a), women-owned). 4 Offeror's joint venture information, if applicable, existing and potential. 5 Offerors (other than small businesses) should also provide their assessment of the degree of involvement by Small and Small Disadvantaged Business subcontractors, stated as a percentage of subcontracted dollars. Interested offerors should respond to the Sources Sought Synopsis no later than 4:30PM (local time) 15 February 2019. Submission should address all questions in the sources sought questionnaire and your firm's ability to perform the requirement. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will not be considered. Questions concerning submissions should be directed to Patricia.B.Bonilla@usace.army.mil Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »