Search Contract Opportunities

M825 Robotic Welder   2

ID: W519TC23RRB12 • Type: Synopsis Solicitation
By the Time It's in SAM, It's too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

Posted: April 28, 2023, 11:18 a.m. EDT

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued.

This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC-23-R-RB12.

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.

The NAICS code for this procurement is 333992; the small business size standard is 1,250 employees. The Product Service Code is 3431.

Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://www.sam.gov/.

Addendum to 52.212-1

DESCRIPTION OF REQUIREMENT

CLIN 0001: Robotic Weld Cell; Quantity 1 EA

In accordance with Performance Work Statement, as found in Attachment 01

CLIN 0002: Installation/Programming/Validation; Quantity 1 LO

In accordance with Performance Work Statement, as found in Attachment 01

CLIN 0003: Training & Manuals; Quantity 1 LO

In accordance with Performance Work Statement, as found in Attachment 01

JCP ACCESS OF RESTRICTED DRAWINGS

DRAWING ACCESS (See additional Technical Data Package Instructions in Attachment 06)

The drawings associated with this acquisition are Distribution Level D, authorized to the Department of Defense (DoD) and U.S. DoD contractors ONLY. All firms must be registered in the Joint Certification Program (JCP) in order to access the drawings associated with this solicitation. The address for registration is https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Registration requires completion of the DD Form 2345. Firms are required to have a current valid Cage Code in order to register.

NOTE: THE DD FORM 2345 MAY BE SUBMITTED ELECTRONICALLY. DIRECTIONS FOR ELECTRONIC SUBMISSION ARE LOCATED AT THE FOLLOWING SITE, UNDER SUBMITTING THE DD FORM 2345

https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx

Access to the drawings is restricted to the data custodian listed on the DD Form 2345.

*NOTE: When requesting access to the drawings, the company CAGE CODE should be entered within the Reason for Request block.

TYPE OF ACQUISITION AND CONTRACT

This acquisition is issued as 100% Small Business Set-Aside. Award will be made to the Lowest Priced, Technically Acceptable offeror who is deemed responsible, and whose quote conforms to the solicitation requirments, resulting in a single award Firm Fixed Price Contract.

DELIVERY AND LOCATION

CLIN Description Delivery Date

0001 Robotic Weld Cell Suggested: 16 - 20 weeks after award

0002 Installation/Programming/Validation Within 30 days after delivery

0003 Training and Manuals Within 7 days of installation

Delivery will be FOB Destination to Crane Army Ammunition Activity, Building 123

300 Highway 361, Crane, IN 47522-5001, in accordance with the following:

Crane Army Ammunition Activity Delivery Instructions:

CAAA receiving hours are 0700 1430, Mon - Thurs BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK). Appointments shall be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)854-2199 or (812)854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away.

PACKAGING AND MARKING REQUIREMENTS

Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 (Commercial Packaging).

INSURANCE REQUIREMENT

The robotic weld cell will be installed at Crane Army Ammunition Activity, Crane IN, a Government Installation. FAR Clause 52.228-5, Insurance-Work on Government Installation applies, as noted within the "Clause" Section below. The amount of insurance required is as specified within FAR 28.307-2.

BASIS FOR AWARD

1. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

See Attachment 02 Instructions, Conditions, and Notices to Offerors

2. EVALUATION FACTORS FOR AWARD

See Attachment 03 Evaluation Factors for Award

LISTING OF ATTACHMENTS

Attachment 01 Performance Work Statement

Attachment 02 Instructions, Conditions, and Notices to Offerors

Attachment 03 Evaluation Factors for Award

Attachment 04 Pricing Sheet

Attachment 05 FAR Clause 52.212-3, Alt 1 (complete paragraph (b) only)

Attachment 06 Technical Data Package Information

Attachment 07 Drawing 15-12-263

Attachment 08 Drawing 15-12-265

Attachment 09 Drawing 15-12-267

DEADLINE FOR SUBMISSION

Offers are due on May 8, 2023, no later than 12:00pm Central Time.

Offers shall be submitted in the following way:

Electronically via email to the Contract Specialist Gregory Brown, greg.j.brown.civ@army.mil and the Contracting Officer Cindy Wagoner, cindy.k.wagoner.civ@army.mil. Offerors shall include W519TC23RRB12 - Response [Insert Offeror's Name] within the Subject line.

QUESTIONS

Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist Gregory Brown, greg.j.brown.civ@army.mil and the Contracting Officer Cindy Wagoner, cindy.k.wagoner.civ@army.mil.

**Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.

End of Addendum 52.212-1

SOLICITATION PROVISIONS

The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquisition.gov):

FAR 52.212-1 - Instructions to Offerors - Commercial Products and Commercial Services (NOV 2021)

FAR 52.212-3 - Alt I Offeror Representations and Certifications Commercial Products and Commercial Services Alt I (DEC 2022)

FAR 52.203-11 - Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007)

FAR 52.204-7 - System for Award Management (OCT 2018)

FAR 52.204-16 - Commercial and Government Entity Code Reporting (AUG 2022)

FAR 52.204-17 - Ownership or Control of Offeror (AUG 2020)

FAR 52.204-20 - Predecessor of Offeror (AUG 2020)

FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

FAR 52.204-26 - Covered Telecommunications Equipment or Services Representation (OCT 2020)

FAR 52.209-7 - Information Regarding Responsibility Matters (OCT 2018)

FAR 52.209-12 Certification Regarding Tax Matters (OCT 2020)

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011)

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)

DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation (DEC 2019)

DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation (MAY 2021

DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022)

DFARS 252.215-7008 Only One Offer (JUL 2019)

DFARS 252.225-7000 - Buy American--Balance of Payments Program Certificate Basic (NOV 2014)

252.225-7055 Representation Regarding Business Operations with the Maduro Regime

CLAUSES

The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov):

FAR 52.212-4 - Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2021)

FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services

FAR 52.203-6 - Restrictions on Subcontractor Sales to the Government--Alternate I (NOV 2021)

FAR 52.203-13 Contractor Code of Business Ethics and Conduct (NOV 2021)

FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)

FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021)

FAR 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021)

FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)

FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)

FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)

FAR 52.219-8 Utilization of Small Business Concerns (OCT 2018)

FAR 52.219-14 Limitations on Subcontracting (SEP 2021)

FAR 52.219-28 Post-Award Small Business Program Rerepresentation (SEP 2021)

FAR 52.222-3 Convict Labor (JUN 2003)

FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2022)

FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015)

FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020)

FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)

FAR 52.222-37 Employment Reports on Veterans (JUN 2020)

FAR 52.222-50 Combating Trafficking in Persons (NOV 2021)

FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)

FAR 52.225-13 - Restrictions on Certain Foreign Purchases (FEB 2021)

FAR 52.232-33 - Payment by Electronic Funds Transfer System for Award Management (OCT 2018)

FAR 52.242-5 - Payments to Small Business Subcontractors (JAN 2017)

FAR 52.203-3 Gratuities (APR 1984)

FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2020)

FAR 52.204-13 System for Award Management Maintenance (OCT 2018)

FAR 52.204-18 - Commercial and Government Entity Code Maintenance (AUG 2020)

FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018)

FAR 52.228-5 Insurance-Work on Government Installation

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)

FAR 52.233-3 Protest After Award (AUG 1996)

FAR 52.233-4 - Applicable Law for Breach of Contract Claim (OCT 2004)

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2022)

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)

DFARS 252.203-7003 - Agency Office of the Inspector General (AUG 2019)

DFARS 252.204-7003 - Control of Government Personnel Work Product (APR 1992)

DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)

DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)

DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)

DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (MAR 2022)

DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991)

DFARS 252.211-7003 - Item Unique Identification and Valuation (MAR 2022)

DFARS 252.223-7008 - Prohibition of Hexavalent Chromium (JUN 2013)

DFARS 252.225-7001 Buy American and Balance of Payments Program Basic (JUN 2022)

DFARS 252.225-7012 Preference for Certain Domestic Commodities (APR 2022)

DFARS 252.225-7048 Export-Controlled Items (JUN 2013)

DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018)

DFARS 252.232-7010 Levies on Contract Payments (DEC 2006)

DFARS 252.243-7002 - Requests for Equitable Adjustment (DEC 2012)

Addendum to 52.212-4

FAR 52.247-34 FOB Destination

DFARS 252.201-7000 Contracting Officer's Representative

End of Addendum 52.212-4

Amendment 01:

Amendment to solicitation W519TC-23-R-RB12 has been executed as of 17MAR2023. Amendment 01 provides responses to the following Industry questions. The closing date of this solicitation remains unchanged.

QUESTION: Do you have the fixturing for the part completed?

ANSWER: Fixturing should be provided by the vendor as they will need to design the fixtures based on their process.

QUESTION: An output rate of 120 units per 10-hour shift is requested, however how should the parts be loaded, by a human or automated machine tending robot?

ANSWER: The loading should be determined by the vendor to meet the 120 units per shift. Crane Army does not have a preference as to whether it is loaded by a human or automated.

QUESTION: How flexible is the delivery schedule, the solicitation states 16-20 weeks, however, lead times for similar components are currently outside of that range.

ANSWER: Delivery will be flexible. Crane realizes that with the current state of deliveries the desired dates may not by attainable.

Amendment 02:

Amendment 02 to solicitation W519TC-23-R-RB12 has been executed as of 22MAR2023. Amendment 02 provides responses to the following Industry questions. The closing date of this solicitation remains unchanged.

QUESTION: In the PWS section 4-b., It states both canister welds (to end plug and to front plate) . Are we required to weld Item #5 Rear Plate?

ANSWER: Yes.

QUESTION: If the Mig weld cell requires both the front and rear plates to be welded to the canister tube, is the operator required to load the rest of the components into the canister tube (ribs, wedges, separators, etc...) before the welding takes place?

ANSWER: Yes, the operator will load the ribs, wedges, separators, etc...

QUESTION: The PWS refers to both robot cells capable for medium / large parts (minimum length of 22 x 5 for Mig cell and minimum length of 20 x .450 to 5 in diameter for Tig cell). How many different parts / models are these cells required to handle (we only have drawings for one model of canister)?

ANSWER: At the moment the only plan is to weld what was sent in the package.

QUESTION: Drawing #15-12-267 Notes 4 states that before assembly all internal metal surfaces are to be cleaned with finish No. 4.3 , is this required for this PWS?

ANSWER: Note 4 does not apply to the PWS or scope of work.

QUESTION: In the PWS (section 3.) It states maximum cycle time 2 minutes 10 seconds at 22 per minute per completed part . Is the 22 per minute referring to the Mig and Tig weld speed?

ANSWER: This applies to both weld cells (mig and tig).

QUESTION: In the PWS (section 3.) It states weld systems shall be EMI shielded . Is there a MIL STD that we need to meet?

ANSWER: No MIL STD for EMI shielding.

QUESTION: Do you have a preferred robot and welding manufacturer?

ANSWER: Preference would be a Fanuc robot and Lincoln welding manufacturer (only if they meet the requirements of the PWS and this solicitation), but Fanuc robot and Lincoln welding manufacturer are not required.

All proposed robot and welding manufacturers must meet the requirements of the PWS and this solicitation to be eligible for award.

QUESTION: What is the safety spec required for these cells? Will it require Class 1 Division 1 electrical standards?

ANSWER: No known safety specs required beyond OSHA requirements.

QUESTION: Do you have a preferred controls supplier?

ANSWER: No preference.

QUESTION: PWS section 2, are the preheat and post weld stress ovens provided by CAAA?

ANSWER: These will not be provided by CAAA and should be included in the weld process.

QUESTION: For the dual zone cells for redundant operations, are two robots required?

ANSWER: Two robots are not required.

QUESTION: In View D of the drawing 15-12-267 is the bend on the canister pre bent or does the robot cell required to apply this bend?

ANSWER: The canister will be pre bent and the robot cell IS NOT required to apply this bend.

QUESTION: For 15-12-263 is the plug item #1 already welded onto the steel tubing?

ANSWER: The plug will not be already welded onto the steel tubing. This should be done during the weld process.

QUESTION: Will the TIG cell be required to weld the plug onto the steel tube?

ANSWER: Yes.

Amendment 03:

Amendment to solicitation W519TC-23-R-RB12 has been executed as of 14APR2023. Amendment 03 extends the solicitation closing date. The closing date of this solicitation is extended to 1200pm CT on Mon, May 1, 2023.

Amendment 04:

Amendment 04 to solicitation W519TC-23-R-RB12 has been executed as of 28APR2023. Amendment 04 provides responses to the following Industry questions. The Performance Work Statement has been updated as noted in the responses below. The revised PWS can be found in the list of attachments contained within this solicitaiton. The closing date of this solicitation is extended to 1200pm CT on Mon, May 8, 2023.

QUESTION: RFQ indicates a minimum size for both the MIG and TIG systems. What would be the maximum size we should size the robot to reach?

ANSWER: There is no maximum required.

QUESTION: The RFQ calls out steel and aluminum processes. Are both required on the same robot?

ANSWER: Neither robot will be required to weld aluminum. See revised SOW attached.

QUESTION: RFQ requires Laser location sensing. Laser location sensing can be problematic on aluminum parts. Is this required?

ANSWER: Laser sensing is required but not for aluminum. RFQ calls out steel and aluminum processes.

QUESTION: What is the material for the Front plate, Rear plate and tube canister?

ANSWER: Canister Tube- 1015 Steel Alloy DOM per ASTM A513

Front and Rear Plate- 1020 Alloy Steel Plate per ASTM A827

Small Burster Tube that gets Welded to Front Plate- 4130 Alloy Steel Tubing

Plug that gets welded to Small Burster Tube- 1018 Alloy Steel Bar

QUESTION: Is it the expectation that the plug and the front plate will be welded in the same fixture and operation?

ANSWER: This would be determined by the vendor that develops the weld process and fixturing.

QUESTION: Will any of these tests be required to happen in this system as part of the automated process?

ANSWER: Not required to be done in the automated process.

QUESTION: Pre-heat can be accomplished in station with inductive coil heater. Is there a tolerance on heat range for this pre-heat? +/- 10 degrees? + 10 degrees?

ANSWER: +/-10 degrees.

QUESTION: Both options for stress relief are longer than the required minimum cycle time. If this operation is done in the automation system it will impede cycle time?

ANSWER: Agreed it will affect the cycle time.

QUESTION: If this is done outside of the automated weld system, would it be a automatically loaded and unloaded?

ANSWER: No.

QUESTION: The RFQ calls out steel and aluminum processes, but then says we need to use ER70S-2 filler which is not ideal for Aluminum.

ANSWER: See revised SOW attached. The requirement to weld aluminum has been removed.

QUESTION: Are we required to supply Aluminum welding equipment? If so, can this be a manual changeover?

ANSWER: See revised SOW attached. The requirement to weld aluminum has been removed.

QUESTION: What is the thickness of the tube canister?

ANSWER: .044" - .052" wall thickness.

QUESTION: Are the wedges in 15-12-267 flammable?

ANSWER: No, they are anti flammable.

QUESTION: What is the pre-heat temperature tolerance?

ANSWER: +/- 10 degrees.

QUESTION: Both options for stress relief are longer than the required minimum cycle time. If this operation is done in the automation system it will impede cycle time.

ANSWER: Understood, would like to get as close to 120 a shift as possible.

QUESTION: If the operator handles the products at any time, what temperature range will the part need to be? Induction 1000 deg F, Furnace 800 deg F.

ANSWER: Under 200 deg F.

QUESTION: Do we need to plan furnace capacity to match cool down time requirements?

ANSWER: Yes.

QUESTION: What is the required through put? The document says 2 min and 10 seconds weld. One of the questions below says 120 parts per 10 hr shift.

ANSWER: Aiming for 120 welded assemblies in a 10 hour shift. No less than 85.

QUESTION: I don't see anywhere in the requirements that indicates 120 parts in a 10 hr shift?

ANSWER: Located in the preface of the PWS line 3.

Posted: April 14, 2023, 11:13 a.m. EDT
Posted: March 22, 2023, 2:07 p.m. EDT
Posted: March 17, 2023, 2:38 p.m. EDT
Posted: March 14, 2023, 3:19 p.m. EDT

Overview

Response Deadline
May 8, 2023, 1:00 p.m. EDT (original: April 17, 2023, 1:00 p.m. EDT) Past Due
Posted
March 14, 2023, 3:19 p.m. EDT (updated: April 28, 2023, 11:18 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Crane, IN 47522 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 3/14/23 Joint Munitions Command issued Synopsis Solicitation W519TC23RRB12 for M825 Robotic Welder due 5/8/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 333992 (SBA Size Standard 1250 Employees) and PSC 3431.
Primary Contact
Name
Cindy K. Wagoner   Profile
Phone
(309) 782-0182

Secondary Contact

Name
Greg Brown   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W519TC23RRB12

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W519TC23RRB12

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W519TC23RRB12

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W519TC23RRB12

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RI
FPDS Organization Code
2100-W52P1J
Source Organization Code
500045698
Last Updated
May 23, 2023
Last Updated By
greg.j.brown.civ@army.mil
Archive Date
May 23, 2023