Jig Grinders

Agency: DEPT OF DEFENSE
State: North Carolina
Type of Government: Federal
Category:
  • 36 - Special Industry Machinery
Posted: Feb 10, 2023
Due: Mar 27, 2023
Solicitation No: 23-30-1329
Publication URL: To access bid details, please log in.
Follow
Jig Grinders
Active
Contract Opportunity
Notice ID
23-30-1329
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 10, 2023 04:11 pm EST
  • Original Published Date: Feb 10, 2023 12:14 pm EST
  • Updated Response Date: Mar 27, 2023 04:00 pm EDT
  • Original Response Date: Mar 27, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 333517 - Machine Tool Manufacturing
  • Place of Performance:
    Cherry Point , NC 28533
    USA
Description View Changes

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) Jig-Grinding 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 27, 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 three (3) high precision Computer Numerically Controlled (CNC) Jig-Grinding machines, including: removal of three (3) jig/vertical grinding machines, technical data to be supplied, tooling and accessories, 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 East (FRCE), at Cherry Point Marine Corp Aviation Station (MCAS) in North Carolina





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 propose an alternative solution.

  • 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 basis of estimate to consider the total financial budget of this requirement. Estimates should capture the total procurement requirements, not solely the machine’s requirements.





Physical Characteristics:




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

    • Each machine must fit within the allowable floor plan per machine of 21 feet x 13 feet x 13 feet-10 inches (L x W x H)

      • Height of 13 feet-10 inches is to allow for existing government bridge crane clearance.

      • Please identify each machines’ overall footprint.



    • To accomplish the depot’s maintenance mission, the machine’s worktable must be at least 52 inches X 47 inches. Due to the diversity of parts to be processed, a smaller size table will not be accepted.

    • Refer to paragraphs: 3.3.1 Base to 3.3.13 Electrical System and 3.3.15 Motors to 3.3.20 Hour Meter. Please comment on the draft purchase description of whether the current physical characteristics are achievable, or whether the Government should consider an alternative that is commercially available.








  • 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.






  • The machine will utilize several types of spindles in the mission operation. The grinding spindle must be modular allowing for mounting and dismounting of different grinding spindles. Please describe how your company’s machine meets this requirement.







Functional Characteristics:




  • FRCE has a requirement to actuate the 7 axes within the Jig Grinder application, as documented in section 3.3.4. Please detail your company’s method to achieve this requirement. Please specify whether your company’s machine, utilizes a closed loop, high-gain electrical servomechanism driving re-circulating ISOS 3048 grade C1 ball screws and nuts. If “no” please explain how your company’s machine actuates the 7 axes.






  • The machines’ controller requirements are detailed in paragraphs 3.3.14 Controller Features to 3.3.14.17 CNC Control Restoration Data within the draft purchase description. A Microsoft Windows operating system is required for the controller. Please specify what version (e.g. Windows 10) of Windows your controller uses.









Performance Characteristics:




  • Please identify all materials your company’s machine is capable of grinding.

    • Is your company’s machine capable of grinding: carbide, tool steel, high speed steel, tungsten, nickel chrome, and titanium?



  • Please identify how the Traverse axis of the sub-spindle (U-axis) operates.

    • Is your company capable of meeting the U-axis travel and method of adjustment?



  • Please identify how the grinding spindle operates.

    • Is this a one spindle machine and if so, does can it switch from high torque low rpm and high rpm low torque operation? Please specify the metrics of the spindle and operation.



  • Please identify how the grinding and truing of the wheel is performed, as defined in paragraph 3.7.4 of the draft purchase description.






  • Additional performance characteristics are outlined in the attached purchase description. Refer to paragraphs: 3.4 Size and Capacity, 3.5 and Alignment and Accuracy Tolerances and 3.73 Single Point Diamond Dresser Unit to 3.7.5 Auditory Device. 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.









Additional scope requirements:




  • Please review the additional scope requirements as follows:

    • Tooling Needs, Paragraph 3.7 Standard Tooling and Equipment

    • Equipment Identification and Markings, Paragraph 3.8, Marking on Instruments, Control Panels, and Plates.

    • Technical Data and Planning, Paragraph 3.9, Technical Data

    • Installation of new equipment and removal of (3) existing assets ( 2 Sip Hauser Jig Grinders and 1 Campbell Grinder) , Paragraph 3.10, Installation

    • Operator and Maintenance Training, Paragraph 3.11, Training








  • Performance testing is conducted at OEM and government’s facility with the cited test procedures, as referenced in paragraph 4.7.3, Performance Test. 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.

    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) Jig-Grinding 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 27, 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 three (3) high precision Computer Numerically Controlled (CNC) Jig-Grinding machines, including: removal of three (3) jig/vertical grinding machines, technical data to be supplied, tooling and accessories, 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 East (FRCE), at Cherry Point Marine Corp Aviation Station (MCAS) in North Carolina





    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 propose an alternative solution.

  • 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 basis of estimate to consider the total financial budget of this requirement. Estimates should capture the total procurement requirements, not solely the machine’s requirements.




  • Physical Characteristics:



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

    • Each machine must fit within the allowable floor plan per machine of 21 feet x 13 feet x 13 feet-10 inches (L x W x H)

      • Height of 13 feet-10 inches is to allow for existing government bridge crane clearance.

      • Please identify each machines’ overall footprint.



    • To accomplish the depot’s maintenance mission, the machine’s worktable must be at least 52 inches X 47 inches. Due to the diversity of parts to be processed, a smaller size table will not be accepted.

    • Refer to paragraphs: 3.3.1 Base to 3.3.13 Electrical System and 3.3.15 Motors to 3.3.20 Hour Meter. Please comment on the draft purchase description of whether the current physical characteristics are achievable, or whether the Government should consider an alternative that is commercially available.






  • 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.


  • The machine will utilize several types of spindles in the mission operation. The grinding spindle must be modular allowing for mounting and dismounting of different grinding spindles. Please describe how your company’s machine meets this requirement.




  • Functional Characteristics:



  • FRCE has a requirement to actuate the 7 axes within the Jig Grinder application, as documented in section 3.3.4. Please detail your company’s method to achieve this requirement. Please specify whether your company’s machine, utilizes a closed loop, high-gain electrical servomechanism driving re-circulating ISOS 3048 grade C1 ball screws and nuts. If “no” please explain how your company’s machine actuates the 7 axes.


  • The machines’ controller requirements are detailed in paragraphs 3.3.14 Controller Features to 3.3.14.17 CNC Control Restoration Data within the draft purchase description. A Microsoft Windows operating system is required for the controller. Please specify what version (e.g. Windows 10) of Windows your controller uses.




  • Performance Characteristics:



  • Please identify all materials your company’s machine is capable of grinding.

    • Is your company’s machine capable of grinding: carbide, tool steel, high speed steel, tungsten, nickel chrome, and titanium?



  • Please identify how the Traverse axis of the sub-spindle (U-axis) operates.

    • Is your company capable of meeting the U-axis travel and method of adjustment?



  • Please identify how the grinding spindle operates.

    • Is this a one spindle machine and if so, does can it switch from high torque low rpm and high rpm low torque operation? Please specify the metrics of the spindle and operation.



  • Please identify how the grinding and truing of the wheel is performed, as defined in paragraph 3.7.4 of the draft purchase description.


  • Additional performance characteristics are outlined in the attached purchase description. Refer to paragraphs: 3.4 Size and Capacity, 3.5 and Alignment and Accuracy Tolerances and 3.73 Single Point Diamond Dresser Unit to 3.7.5 Auditory Device. 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.




  • Additional scope requirements:



  • Please review the additional scope requirements as follows:

    • Tooling Needs, Paragraph 3.7 Standard Tooling and Equipment

    • Equipment Identification and Markings, Paragraph 3.8, Marking on Instruments, Control Panels, and Plates.

    • Technical Data and Planning, Paragraph 3.9, Technical Data

    • Installation of new equipment and removal of (3) existing assets ( 2 Sip Hauser Jig Grinders and 1 Campbell Grinder) , Paragraph 3.10, Installation

    • Operator and Maintenance Training, Paragraph 3.11, Training






  • Performance testing is conducted at OEM and government’s facility with the cited test procedures, as referenced in paragraph 4.7.3, Performance Test. 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
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Advanced Metering Infrastructure Project RFP

City of Monroe

Bid Due: 4/08/2024

Follow Residential Reentry Center (RRC) Services and Home Confinement Services or Day Reporting

Federal Agency

Bid Due: 4/16/2024

bid number description bid deadline addendums 298-CP24-F1401.BG Request for Bids for City of

City of Asheville

Bid Due: 4/02/2024

Solicitation Number Project Title Description Opening Date Posted Date Status Department 298-CP24-F1401.BG 298-CP24-F1401.BG

State Government of North Carolina

Bid Due: 4/02/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.