CNC Lathe Machine
Solicitation number 31184-178217/A
Publication date
Closing date and time 2018/04/19 14:00 EDT
Description
Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Interchangeable Parts Comprehensive Land Claim Agreement: No Vendor Name and Address: Republic Machinery Co., Inc. 800 Sprucelake Drive 90710 800 Sprucelake Drive Harbor City California United States 90710 Nature of Requirements: 1-Advance Contract Award Notice (ACAN) An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 2-Definition of the requirement The structures, Materials and Manufacturing (SMM) Laboratory in Montreal has a mandate to serve the aerospace manufacturing industry to be more competitive edge. To better serve the four research groups, the machine shop need to be equipped with another CNC lathe with open concept design that allows machining the jigs, fixtures and high accuracy specimens. For the SMM lab to continue it is mandate, it is required to purchase a CNC lathe while respecting the constraints and follow the specifications below. The work consists of delivering and installing the machine with all of its components, and giving the required training. The work has to be completed before May 30th, 2018. A special two year warranty is required. Constraints The machine has to respect the following floor space constraints: Maximum length: Less than or equal to 2900 mm. Maximum width: Less than or equal to 1300 mm. Maximum Height: Less than or equal to 1800 mm. In addition, the machine need to be equipped with Fanuc controller compatible with existing machining center Fanuc controllers. 3-Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements: Mandatory technical specifications The delivered equipment must have the following specifications: 1.1. Work envelop: 1.1.1. Swing over bed ways: Greater or equal 400 mm. 1.1.2. Swing over carriage: Greater or equal 350 mm. 1.1.3. Swing over cross slide: Greater or equal 250 mm. 1.1.4. Center distance: Greater or equal 1000 mm. 1.1.5. Width of bed across ways: Greater or equal 300 mm. 1.1.6. Length of carriage: Greater or equal 450 mm. 1.1.7. Length of cross slide: Greater or equal 500 mm. 1.2. Headstock: 1.2.1. Spindle bore: Greater or equal 65 mm. 1.2.2. Number of spindle speed: Variable. 1.2.3. Spindle MT: #5. 1.2.4. Spindle nose, ASA: A2-6. 1.2.5. Headstock equipped with servomotor and main spindle direct drive. 1.3. Tail stock: 1.3.1. Tailstock quill diameter: Greater or equal 65mm. 1.3.2. Quill travel: Greater or equal 200mm. 1.3.3. Manual tailstock. 1.4. Feeds and speeds 1.4.1. Cross slide travel in the x-direction: Greater or equal to 200 mm. 1.4.2. Maximum working feed in the x-direction: Greater or equal to 7.0 m/min. 1.4.3. Rapid traverse in the z-direction: Greater or equal 10 m/min. 1.4.4. Rapid traverse in the x-direction: Greater or equal 12 m/min. 1.5. Accuracy and repeatability: 1.5.1. Minimum position accuracy: Smaller or equal to 0.010 mm. 1.5.2. Minimum repeatability: Smaller or equal to 0.010 mm. 1.6. General functionalities 1.6.1. Remote maintenance. 1.6.2. All contouring control for high-speed and high precision machining. 1.6.3. Program folder management. 1.6.4. Flexible path axis assignment. 1.6.5. Direct editing and operation of the CNC program on memory card. 1.6.6. Electronic hand wheels for x and z axis. 1.6.7. Automatic lubrication for the slide ways. 1.6.8. Chip collecting tray. 1.6.9. Color display. 1.6.10. Operator can select preferred language. 1.6.11. Work light and tower lamp. 4-Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreements: -Canadian Free Trade Agreement (CFTA) -North American Free Trade Agreement (NAFTA) 5-Set-aside under the Procurement Strategy for Aboriginal Business N/A 6-Comprehensive Land Claims Agreement(s) N/A 7-Justification for the Pre-Identified Supplier The supplier must be able to provide an equipment that comply with all the criteria mentioned at point 3 of this notice. To PWGSC’s knowledge, only Molecular Devices is able to provide this equipment. 8-Government Contracts Regulations Exception(s) The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". 9-Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the (section of the trade agreement(s) specified): -Canadian Free Trade Agreement (CFTA) - Article 513 par .b) -North American Free Trade Agreement (NAFTA) - Article 1016 par. 2.b) 10-Ownership of Intellectual Property N/A 11-Period of the proposed contract or delivery date The work consists of supply, delivery, installation of the system at the NRC address and training on equipment use; all of the work must be completed by May 30th, 2018. 12-Cost estimate of the proposed contract The estimated value of the contract, including option(s), is between 75 000$ et 100 000$ (GST/HST extra). 13-Name and address of the pre-identified supplier Republic Machinery Co., Inc. 800 Sprucelake Drive Harbor City, CA 90710 14-Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN 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. 15-Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is April 19th, 2018 at 2:00 p.m. EDT. 16-Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Denis Leporé Telephone: (514) 701-6852 Facsimile: (514) 496-3822 E-mail: denis.lepore@pwgsc-tpsgc.gc.ca 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
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Reason for limited tendering
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
-
Additional Deliveries
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
- Leporé, Denis
- Phone
- (514) 701-6852 ( )
- Email
- denis.lepore@tpsgc-pwgsc.gc.ca
- Fax
- (514) 496-3822
- Address
-
Place Bonaventure, portail Sud-Oues
800, rue de La Gauchetière Ouest
7e étage, suite 7300Montréal, Québec, H5A 1L6
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.