SURFACE GRINDING MACHINE
Solicitation number 31184-122270/A
Publication date
Closing date and time 2013/07/22 14:00 EDT
Description
Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Generally only one firm has been invited to bid Attachment: None Non-Competitive Procurement Strategy: Interchangeable Parts Comprehensive Land Claim Agreement: No Vendor Name and Address: Thomas Skinner & Son Ltd. 13880 Vulcan Way Richmond British Columbia Canada V6V1K6 Nature of Requirements: SURFACE GRINDING MACHINE An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. Requirement The National Research Council Canada (NRC) has a requirement to award a contract to Thomas Skinner & Son Ltd. for the supply, delivery, training for and installation of one (1) unit of Okamoto ACC 8-18NC Saddle type, surface grinding machine and parts. This grinding machine is used to support different client requirements on specific surface finishes. GSIN: N3415. Technical Requirements The grinder must be capable of working with both metal finishing and non-metallic materials - such as ceramic and graphite. It must comply with the following technical requirements: Machine Features Must have automatic lubrication for all ways and feed screws Spindle must be super precision angular contact bearings (ABEC-8 or better), lubricated for life Must have a table travel of at least X Axis(longitudinal)=20.5", Z Axis (Cross)=9.0" Must be able to accept a electro-magnetic chuck size of 8" x 18" specified below Must have a minimum distance of 14" between the table surface and the underside of an 8" wheel Must have a table load capacity of at least 300 lbs. Must have at least 1 table T-slot with a size of 0.67" and must accept the electro-magnetic chuck supplied Must have a longitudinal table feed rate range, infinitely variable, from 0.3 ft./min to 65 ft./min Must have a longitudinal manual hand feed per rev of at least 5.0" Must have a intermittent Z axis (cross) feed rate range, infinitely variable, from 1.64 ft./min to 16.4 ft./min Must have a continuous, rapid & jog Z axis(cross) feed rate range, infinitely variable, from 0 to 3.3 ft./min Must have manual pulse generator for the Z (cross) feed and Y (vertical) feed with a minimum of 4 control increments per division of 0.00001", 0.0001", 0.0005", & 0.002" Must have a Y axis (vertical) feed rate, infinitely variable, from 0.0001" inch/min to 0.00399" inches per min Must have a rapid & jog Y axis (vertical) feed rate range, infinitely variable, from 0 to 3.3 ft./min Must be able to accept a grinding wheel diameter of 8" Must be able to accept a grinding wheel width variation at least .23" to 1.25" Must accept 1.25" wheel bores Must have a grinding wheel spindle speed of 3600 RPM Must have a grinding wheel spindle motor with at least 2 HP Must have a Cross Feed motor (AC Servo Motor) rated to 0.6 HP Must have a Vertical Feed motor (AC Servo Motor) rated to 0.6 HP Must have a hydraulic pump motor rated to 1 HP Must include a coolant system with pump (without dust collection) with a coolant capacity of at least 30 gallons. Must include a Magnetic Swarf separator Must include double vee way table and saddle construction Must have extended Saddle and table ways Must have 2 axis simultaneous CNC control of Cross feed (Z axis) and Vertical feed (Y axis) Must have RS 232 port and a PC Card slot Must have "Teach" Input Programming System Must have "Built-in" Conversational Dress Programming System Must have "Built-in" Conversational Programming System Must have table feed controls to enable different stroke positions. Must have built in programmable dressing option for various forms such as Convex, V, Angle, Concave, and Straight Must have mid-program restart capability Must have mid-program dressing capability with dress compensation - manually initiated and program initiated Must be capable of programming 5 different X-Axis (longitudinal) stroke lengths in one program Must have a versatile built-in controller for the electro-magnetic chuck including variable power control and automatic demagnetizing. Must include an 8" x 18" electro-magnetic chuck having fine transverse pole divisions (<0.16") to accept small (=> 0.60" dia) and thin (=> 0.06") parts The control panel must include a 9" or larger colour graphic CRT Miscellaneous The power source available is 208 volts/3 ph./60 Hz. If a transformer is required, due to voltage differences of the grinder, it must be supplied and installed by the vendor The installed machine plus all auxiliary equipment must fit within a foot print of 80" wide x 70" deep x 88" high During placement, the machine must fit through a door opening of 70" wide x 83.5" high Supplier must supply shipping to DFS Vancouver, offloading, placement, installation, commissioning and on-site training by factory trained personnel Supplier must have local service technicians and local replacement parts availability Must come with a permanently mounted 3 point diamond dresser (2 point angle/radius dresser and 1 point straight dresser) mounted directly to the table without interfering with the electromagnetic chuck. It must be positioned to allow for automatic dressing mid cycle. Must come with a full set of splash guards including back face and front face splash covers Must come with a coolant nozzle to direct coolant at wheel and work part Must come with levelling bolts and pads to protect floor Must come with an adjustable dust collection shroud near the discharge of grinding wheel. Must include all hydraulic oil and coolant fluid required for commissioning Spare Parts Must be Quantum Type 01 Vitrified Norton Wheels for Surface Grinder- 8" O.D. x 1/2" thick x 1 1/4" I.D. Must include six (6) balancing wheel adapters Must include all specialty tools for all standard operational procedures plus all routine maintenance Must include a Work Light (Waldmann #108870801) Formation Training on-site for 2 users. Applicable Trade Agreements and Obligations This requirement is subject to the North American Free Trade Agreement (NAFTA), the Agreement on Internal Trade (AIT) and the Bilateral Trade Agreements. Government Contract Regulations (GCR) Exception and Limited Tendering Reasoning Government Contract Regulations applies as only one person is capable of performing the work (Supply Manual Chapter 3 - 3.15). Limited tendering procedures in accordance with AIT, NAFTA and the Supply Manual (SM), Chapter 3, Annex 3.2 where: - for additional deliveries by the original supplier which are intended either as parts replacement for existing supplies, or installations, or as the extension of existing supplies, services, or installations where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services (5); (CAP code 74) - for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists; (CAP Code 71) Required Delivery Delivery is requested to be completed by October 1, 2013. Intellectual Property: Contractor is the sole distributor in Canada for Okamoto, the Original Equipment Manufacturer (OEM) who will own the Intellectual Property Rights in Foreground Information. Estimated Cost : $98 400 It is the Government of Canada's intent to issue a sole source contract to Thomas Skinner & Son Ltd. as they are the sole distributor in Canada for the OEM possessing the proprietary rights to the design of the saddle type, surface grinding machine. As such, Thomas Skinner & Son Ltd. is the only known supplier capable of performing the work. Proposed Contractor Thomas Skinner & Son Ltd. 13880 Vulcan Way Richmond (BC) V6V 1K6 You are hereby notified that the government intends to solicit a bid and negotiate with one firm only as identified above. Suppliers who consider themselves fully qualified and available to provide the goods described herein, may submit a statement of capabilities in writing to the contracting officer identified below, on or before the closing date and time of this notice. As it is intended to proceed in a timely manner, responses received after the closing date will not be considered. The statement of capabilities must definitively demonstrate how they are fully capable of meeting the technical requirements as outlined herein. Responses received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by the Crown for technical evaluation purposes only and will not be construed as a proposal. The submitted written response must provide sufficient evidence (e.g. specifications, technical data, drawings or any other proof) that clearly demonstrates that the proposed product is capable of fulfilling this requirement. Suppliers that have submitted a response will be notified in writing of PWGSC's decision whether to continue with the aforementioned procurement or to compete the requirement. Inquiries and Submission of Statement of Capabilities Mejuine Chow Supply Specialist Public Works and Government Services Canada - Acquisitions Branch Logistics, Electrical, Fuel and Transportation Directorate - HN Division 7B3, Place du Portage, Phase III, 11 Laurier Street Gatineau (QC) K1A 0S5 Telephone : 819- 956-6283 Facsimile : 819- 953-4944 E-mail address: mejuine.chow@pwgsc-tpsgc.gc.ca All responses or inquiries are to be submitted to the Procurement officer identified above. The PWGSC file number, the procurement officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada. CLOSING DATE AND TIME FOR WRITTEN SUPPLIER RESPONSES CHALLENGING THIS REQUIREMENT IS JULY 19, 2013, 2:00 PM EDST. Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Chow, Mejuine
- Phone
- (819) 956-6283 ( )
- Address
-
11 Laurier St./11, rue Laurier
6B1, Place du Portage, Phase IIIGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
National Research Council Canada
- Address
-
100 Sussex DrOttawa, Ontario, K1A0R6Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.