Solicitation Closes - L`invitation prend fin 02:00

Transcription

Solicitation Closes - L`invitation prend fin 02:00
1 1
RETURN BIDS TO:
RETOURNER LES SOUMISSIONS À:
Title - Sujet
Bid Receiving - PWGSC / Réception des
soumissions - TPSGC
11 Laurier St. / 11, rue Laurier
Place du Portage, Phase III
Core 0B2 / Noyau 0B2
Gatineau, Québec K1A 0S5
Bid Fax: (819) 997-9776
Solicitation No. - N° de l'invitation
Date
W8486-163216/A
2016-03-11
CNC VERTICAL MACHINING CENTER
Client Reference No. - N° de référence du client
W8486-163216
GETS Reference No. - N° de référence de SEAG
PW-$$HN-460-70523
File No. - N° de dossier
CCC No./N° CCC - FMS No./N° VME
hn460.W8486-163216
REQUEST FOR PROPOSAL
DEMANDE DE PROPOSITION
Proposal To: Public Works and Government
Services Canada
We hereby offer to sell to Her Majesty the Queen in right
of Canada, in accordance with the terms and conditions
set out herein, referred to herein or attached hereto, the
goods, services, and construction listed herein and on any
attached sheets at the price(s) set out therefor.
Proposition aux: Travaux Publics et Services
Gouvernementaux Canada
Solicitation Closes - L'invitation prend fin
at - à 02:00 PM
on - le 2016-04-25
F.O.B. - F.A.B.
Specified Herein - Précisé dans les présentes
Plant-Usine:
Destination:
Other-Autre:
Time Zone
Fuseau horaire
Eastern Daylight Saving
Time EDT
Address Enquiries to: - Adresser toutes questions à:
Buyer Id - Id de l'acheteur
Guertin, Benoit
hn460
Telephone No. - N° de téléphone
FAX No. - N° de FAX
(819) 420-0331 (
( )
)
-
Destination - of Goods, Services, and Construction:
Destination - des biens, services et construction:
Nous offrons par la présente de vendre à Sa Majesté la
Reine du chef du Canada, aux conditions énoncées ou
incluses par référence dans la présente et aux annexes
ci-jointes, les biens, services et construction énumérés
ici sur toute feuille ci-annexée, au(x) prix indiqué(s).
Specified Herein
Précisé dans les présentes
Comments - Commentaires
This RFP contains a security requirement.
Instructions: See Herein
Instructions: Voir aux présentes
Vendor/Firm Name and Address
Raison sociale et adresse du
fournisseur/de l'entrepreneur
Delivery Required - Livraison exigée
Delivery Offered - Livraison proposée
See Herein
Vendor/Firm Name and Address
Raison sociale et adresse du fournisseur/de l'entrepreneur
Issuing Office - Bureau de distribution
Electrical & Electronics Products Division
11 Laurier St./11, rue Laurier
7B3, Place du Portage, Phase III
Gatineau, Québec K1A 0S5
Telephone No. - N° de téléphone
Facsimile No. - N° de télécopieur
Name and title of person authorized to sign on behalf of Vendor/Firm
(type or print)
Nom et titre de la personne autorisée à signer au nom du fournisseur/
de l'entrepreneur (taper ou écrire en caractères d'imprimerie)
Signature
Page 1 of - de 1
Date
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
TABLE OF CONTENTS
PART 1 - GENERAL INFORMATION
1.
Security Requirement
2.
Statement of Work
3.
Debriefings
4.
Trade Agreements
PART 2 - BIDDER INSTRUCTIONS
1.
Standard Instructions, Clauses and Conditions
2.
Submission of Bids
3.
Enquiries - Bid Solicitation
4.
Applicable Laws
PART 3 - BID PREPARATION INSTRUCTIONS
1.
Bid Preparation Instructions
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
1.
Evaluation Procedures
2.
Basis of Selection
3.
Security Requirement
PART 5 - CERTIFICATIONS
1.
Certifications required with the Bid
2.
Certifications Precedent to Contract Award and Additional Information
PART 6 - RESULTING CONTRACT CLAUSES
1.
Security Requirement
2.
Statement of Work
3.
Standard Clauses and Conditions
4.
Term of Contract
5.
Authorities
6.
Payment
7.
Invoicing Instructions
8.
Certifications
9.
Applicable Laws
10.
Priority of Documents
11.
Defence Contract
12.
SACC Manual Clauses
13.
SACC Manual Clauses (Delivery)
List of Annexes:
Annex A
Statement of Work
Annex B
Basis of Payment
Annex C
Security Requirements Check List
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
PART 1 - GENERAL INFORMATION
1.
Security Requirement
There is a security requirement associated with the requirement. For additional
information, consult Part 4 - Evaluation Procedures and Basis of Selection, and Part 6 Resulting Contract Clauses.
2.
Statement of Work
The contractor must provide the goods and/or services in accordance with the technical
requirements and in the quantities stated herein at Annex “A”.
2.1
Delivery Requirement
Delivery is requested to be completed by 2016/05/31
3.
Debriefings
Bidders may request a debriefing on the results of the bid solicitation process. Bidders
should make the request to the Contracting Authority within 15 working days of receipt
of the results of the bid solicitation process. The debriefing may be in writing, by
telephone or in person.
4.
Trade Agreements
"The requirement is subject to the provisions of the World Trade Organization
Agreement on Government Procurement (WTO-AGP), the North American Free Trade
Agreement (NAFTA), and the Agreement on Internal Trade (AIT)."
PART 2 - BIDDER INSTRUCTIONS
1.
Standard Instructions, Clauses and Conditions
All instructions, clauses and conditions identified in the bid solicitation by number, date
and title are set out in the Standard Acquisition Clauses and Conditions Manual
(https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-andconditions-manual) issued by Public Works and Government Services Canada.
Bidders who submit a bid agree to be bound by the instructions, clauses and conditions
of the bid solicitation and accept the clauses and conditions of the resulting contract.
The 2003 (2015-07-03) Standard Instructions - Goods or Services - Competitive
Requirements, are incorporated by reference into and form part of the bid solicitation.
Subsection 5.4 of 2003, Standard Instructions - Goods or Services - Competitive
Requirements, is amended as follows:
Delete: sixty (60) days
Insert: one hundred and twenty (120) calendar days
(End of page)
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
1.1
SACC Manual Clauses
SACC Reference
Section
A9033T
Financial Capability
B1000T
Condition of Material
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
Date
2012-07-16
2014-06-26
2.
Submission of Bids
Bids must be submitted only to Public Works and Government Services Canada
(PWGSC) Bid Receiving Unit by the date, time and place indicated on page 1 of the bid
solicitation.
Due to the nature of the bid solicitation, bids transmitted by facsimile to PWGSC will not
be accepted.
3.
Enquiries - Bid Solicitation
All enquiries must be submitted in writing to the Contracting Authority no later than five
(5) calendar days before the bid closing date. Enquiries received after that time may
not be answered.
Bidders should reference as accurately as possible the numbered item of the bid
solicitation to which the enquiry relates. Care should be taken by bidders to explain
each question in sufficient detail in order to enable Canada to provide an accurate
answer. Technical enquiries that are of a proprietary nature must be clearly marked
"proprietary" at each relevant item. Items identified as "proprietary" will be treated as
such except where Canada determines that the enquiry is not of a proprietary nature.
Canada may edit the questions or may request that the Bidder do so, so that the
proprietary nature of the question is eliminated, and the enquiry can be answered with
copies to all bidders. Enquiries not submitted in a form that can be distributed to all
bidders may not be answered by Canada.
4.
Applicable Laws
Any resulting contract must be interpreted and governed, and the relations between the
parties determined, by the laws in force in Ontario.
Bidders may, at their discretion, substitute the applicable laws of a Canadian province
or territory of their choice without affecting the validity of their bid, by deleting the name
of the Canadian province or territory specified and inserting the name of the Canadian
province or territory of their choice. If no change is made, it acknowledges that the
applicable laws specified are acceptable to the bidders.
PART 3 - BID PREPARATION INSTRUCTIONS
1.
Bid Preparation Instructions
Canada requests that bidders provide their bid in separately bound sections as follows:
x
x
x
x
Section I:
Section II:
Section III:
Section IV:
Technical Bid (2 copies)
Financial Bid (1 copy)
Certifications (1 copy)
Additional Information (1 copy)
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
If there is a discrepancy between the wording of the soft copy and the hard copy, the
wording of the hard copy will have priority over the wording of the soft copy. Prices must
appear in the financial bid only. No prices must be indicated in any other section of the
bid.
Canada requests that bidders follow the format instructions described below in the
preparation of their bid:
a) use 8.5 x 11 inch (216 mm x 279 mm) paper;
b) use a numbering system that corresponds to the bid solicitation.
In April 2006, Canada issued a policy directing federal departments and agencies to
take the necessary steps to incorporate environmental considerations into the
procurement process Policy on Green Procurement (http://www.tpsgcpwgsc.gc.ca/ecologisation-greening/achats-procurement/politique-policy-eng.html). To
assist Canada in reaching its objectives, bidders are encouraged to:
1) use paper containing fibre certified as originating from a sustainably-managed
forest and/or containing minimum 30% recycled content; and
2) use an environmentally-preferable format including black and white printing
instead of colour printing, printing double sided/duplex, using staples or clips
instead of cerlox, duotangs or binders.
Section I: Technical Bid
In their technical bid, bidders should explain and demonstrate how they propose to meet
the requirements and how they will carry out the Work.
1.1
Technical Documentation
Technical/descriptive literature must be submitted as part of the technical bid
package prior to the bid closing date. Simply stating a compliancy is insufficient.
Bidders must present a clearly organized, printed (i.e., not handwritten) proposal
that includes all necessary technical and descriptive information, in order to
clearly demonstrate their compliancy to all items presented in the Statement of
Work (SOW, Annex “A”).
1.2
Mandatory Site Visit
It is mandatory that the Bidder or a representative of the Bidder visit the work
site. Arrangements have been made for the site visit to be held at NPB building,
45 Sacré-Coeur, Blvd, Gatineau, Quebec on 2106/04/05. The site visit will begin
at 10h in room C2119-F, 2nd floor.
Bidders must communicate with the Contracting Authority no later than 2016-0401 to confirm attendance and provide the name(s) of the person(s) who will
attend.
Bidders will be required to sign an attendance sheet. Bidders should confirm in
their bid that they have attended the site visit. Bidders who do not attend the
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
mandatory site visit or do not send a representative will not be given an
alternative appointment and their bid will be declared non-responsive. Any
clarifications or changes to the bid solicitation resulting from the site visit will be
included as an amendment to the bid solicitation.
Section II: Financial Bid
Bidders must submit their financial bid in accordance with the Basis of Payment. The
total amount of Applicable Taxes must be shown separately.
1.3
Exchange Rate Fluctuation Risk Mitigation
1. The Bidder may request Canada to assume the risks and benefits of
exchange rate fluctuations. If the Bidder claims for an exchange rate
adjustment, this request must be clearly indicated in the bid at time of
bidding. The Bidder must submit form PWGSC-TPSGC 450, Claim for
Exchange Rate Adjustments with its bid, indicating the
Foreign Currency Component (FCC) in Canadian dollars for each line item
for which an exchange rate adjustment is required.
2. The FCC is defined as the portion of the price or rate that will be directly
affected by exchange rate fluctuations. The FCC should include all related
taxes, duties and other costs paid by the Bidder and which are to be
included in the adjustment amount.
3. The total price paid by Canada on each invoice will be adjusted at the time
of payment, based on the FCC and the exchange rate fluctuation provision
in the contract. The exchange rate adjustment will only be applied where
the exchange rate fluctuation is greater than 2% (increase or decrease).
4. At time of bidding, the Bidder must complete columns (1) to (4) on form
PWGSC-TPSGC 450, for each line item where they want to invoke the
exchange rate fluctuation provision. Where bids are evaluated in
Canadian dollars, the dollar values provided in column (3) should also be
in Canadian dollars, so that the adjustment amount is in the same
currency as the payment.
5. Alternate rates or calculations proposed by the Bidder will not be accepted
for the purposes of this exchange rate fluctuation provision.
Section III: Certifications
Bidders must submit the certifications required under Part 5.
Section IV: Additional Information
1.4
Delivery Offered
While delivery is requested as indicated above, the best delivery that could be
offered is__________.
1.5
Contractor Representatives
Name and telephone number of the person responsible for:
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
General enquiries
Delivery follow-up
Name:
_______________
Telephone: _______________
Facsimile: _______________
E-mail:
_______________
Name:
Telephone:
Facsimile:
E-mail:
_______________
_______________
_______________
_______________
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
You are reminded that this solicitation requires the compliance and/or completion
of requirements attached as an Annex and forming part of this document.
1.
Evaluation Procedures
(a)
Bids will be assessed in accordance with the entire requirement of the bid
solicitation including the technical and financial evaluation criteria.
(b)
An evaluation team composed of representatives of Canada will evaluate
the bids.
Evaluation Criteria
All bids must be completed in full and provide all of the information requested in the bid
solicitation to enable full and complete evaluation.
1.1
Mandatory Technical Criteria
The following Mandatory requirements must be submitted with the bid for
evaluation
* Technical compliance (description of items herein at Annexes “A” and “D”);
* Attend the site visit, as per Part 3, 1.2 Mandatory Site Visit
1.2
Financial Evaluation
The following Mandatory factors will be taken into consideration in the evaluation
of each offer:
* Compliance with Pricing Basis;
The Offer price will be determined by processing items in Annex “B” as follows:
* Sum of all items total price (unit price x qty.);
1.3
Pricing Basis
The bidder must quote firm lot prices in Canadian dollars, DDP Delivered Duty
Paid (destination), Applicable Taxes extra, as applicable. Freight charges to
destination and all applicable Custom duties and Excise taxes must be included
2.
Basis of Selection
A bid must comply with the requirements of the bid solicitation and meet all mandatory
technical evaluation criteria to be declared responsive. The responsive bid with the
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
lowest evaluated price on an aggregate basis will be recommended for award of a
contract.
3.
Security Requirement
1. Before award of a contract, the following conditions must be met:
a. the Bidder must hold a valid organization security clearance as
indicated in Part 6 - Resulting Contract Clauses;
b. the Bidder's proposed individuals requiring access to classified or
protected information, assets or sensitive work site(s) must meet the
security requirement as indicated in Part 6 - Resulting Contract
Clauses;
c. the Bidder must provide the name of all individuals who will require
access to classified or protected information, assets or sensitive work
sites.
2.
Canada will not delay the award of any contract to allow bidders to obtain
the required clearance.
3.
For additional information on security requirements, bidders should
consult the “Security Requirements for PWGSC Bid Solicitations Instructions for Bidders” (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pleng.html#a31) document on the Departmental Standard Procurement
Documents Website.
PART 5 - CERTIFICATIONS
Bidders must provide the required certifications and additional information to be
awarded a contract.
The certifications provided by Bidders to Canada are subject to verification by Canada
at all times. Canada will declare a bid non-responsive, or will declare a contractor in
default if any certification made by the Bidder is found to be untrue whether made
knowingly or unknowingly, during the bid evaluation period or during the contract period.
The Contracting Authority will have the right to ask for additional information to verify the
Bidder’s certifications. Failure to comply and to cooperate with any request or
requirement imposed by the Contracting Authority will render the bid non-responsive or
constitute a default under the Contract.
1
Certifications required with the Bid
Bidders must submit the following duly completed certifications as part of their bid.
1.1
Declaration of Convicted Offences
As applicable, pursuant to subsection Declaration of Convicted Offences of
section 01 of the Standard Instructions, the Bidder must provide with its bid, a
completed Declaration Form, to be given further consideration in the
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
procurement process.
2
Certifications Precedent to Contract Award and Additional Information
The certifications and additional information listed below should be submitted with the
bid, but may be submitted afterwards. If any of these required certifications or additional
information is not completed and submitted as requested, the Contracting Authority will
inform the Bidder of a time frame within which to provide the information. Failure to
provide the certifications or the additional information listed below within the time frame
provided will render the bid non-responsive.
2.1
x
x
x
2.2
Integrity Provisions – List of Names
Bidders who are incorporated, including those bidding as a joint venture,
must provide a complete list of names of all individuals who are currently
directors of the Bidder.
Bidders bidding as sole proprietorship, as well as those bidding as a joint
venture, must provide the name of the owner(s).
Bidders bidding as societies, firms or partnerships do not need to provide
lists of names.
General Environmental Criteria Certification
The Bidder must select and complete one of the following two certification
statements.
a)
The Bidder certifies that the Bidder is registered or meets ISO 14001.
____________________________________
________________
Bidders’ Authorized Representative Signature
Date
or
b) The Bidder certifies that the Bidder meets and will continue to meet throughout
the duration of the contract, a minimum of four (4) out of six (6) criteria identified
in the table below.
Green Practices within the Bidders’ organization
Promotes a paperless environment through directives, procedures
and/or programs
All documents are printed double sided and in black and white for
day to day business activity unless otherwise specified by your client
Paper used for day to day business activity has a minimum of 30%
recycled content and has a sustainable forestry management
Insert a checkmark for
each criterion that is
met
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
certification
Utilizes environmentally preferable inks and purchase
remanufactured ink cartridges or ink cartridges that can be returned
to the manufacturer for reuse and recycling for day to day business
activity.
Recycling bins for paper, newsprint, plastic and aluminum containers
available and emptied regularly in accordance with local recycling
program.
A minimum of 50% of office equipment has an energy efficient
certification.
____________________________________
________________
Bidders’ Authorized Representative Signature
Date
PART 6 - RESULTING CONTRACT CLAUSES
1.
Security Requirement
The following security requirement (SRCL and related clauses) applies and form part of
the Contract:
1. The Contractor/Offeror must, at all times during the performance of the
Contract/Standing Offer, hold a valid Designated Organization Screening (DOS),
issued by the Canadian In-dustrial Security Directorate (CISD), Public Works and
Government Services Canada (PWGSC).
2.
The Contractor/Offeror personnel requiring access to sensitive work site(s)
must EACH hold a valid RELIABILITY STATUS, granted or approved by
CISD/PWGSC.
3.
Subcontracts which contain security requirements are NOT to be awarded
without the prior written permission of CISD/PWGSC.
4.
The Contractor/Offeror must comply with the provisions of the:
(a) Security Requirements Check List and security guide (if applicable),
attached at Annex C;
(b) Industrial Security Manual (Latest Edition).
2.
Statement of Work
The contractor must provide the goods and/or services in accordance with the technical
requirements and in the quantities stated herein at Annex “A”.
(End of page)
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
2.1 SACC Manual Clauses
SACC Reference Section
B1501C
Electrical Equipment
B7500C
Excess Goods
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
Date
2006-06-16
2006-06-16
3.
Standard Clauses and Conditions
All clauses and conditions identified in the Contract by number, date and title are set out
in the Standard Acquisition Clauses and Conditions
Manual(https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clausesand-conditions-manual) issued by Public Works and Government Services Canada.
3.1
General Conditions
2010A (2015-09-03), General Conditions - Goods (Medium Complexity), apply to
and form part of the Contract.
3.2
SACC Manual Clauses
SACC Reference
Section
A1009C
Work Site Access
C2800C
Priority Rating
C2801C
Priority Rating - Canadian Contractors
Date
2008-05-12
2013-01-28
2014-11-27
4.
Term of Contract - Delivery Date
All the deliverables must be received on or before __________ (Delivery as offered and
as accepted will be inserted at contract award).
5.
Authorities
5.1
Contracting Authority
The Contracting Authority for the Contract is:
Benoit Guertin – 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) 420-0331
E-mail address:
[email protected]
The Contracting Authority is responsible for the management of the Contract and
any changes to the Contract must be authorized in writing by the Contracting
Authority. The Contractor must not perform work in excess of or outside the
scope of the Contract based on verbal or written requests or instructions from
anybody other than the Contracting Authority.
(End of page)
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
5.2
Technical Authority
The Technical Authority for the Contract is: (inserted at contract award)
Name:
Telephone:
Facsimile:
E-mail:
___________________
___________________
___________________
___________________
The Technical Authority named above is the representative of the department or
agency for whom the Work is being carried out under the Contract and is
responsible for all matters concerning the technical content of the Work under the
Contract. Technical matters may be discussed with the Technical Authority;
however the Technical Authority has no authority to authorize changes to the
scope of the Work. Changes to the scope of the Work can only be made through
a contract amendment issued by the Contracting Authority.
5.3
Contractor's Representative
Name and telephone number of the person responsible for:
(inserted at contract award)
6.
General enquiries
Delivery follow-up
Name:
_______________
Telephone: _______________
Facsimile: _______________
E-mail:
_______________
Name:
Telephone:
Facsimile:
E-mail:
_______________
_______________
_______________
_______________
Payment
6.1
Basis of Payment
In consideration of the Contractor satisfactorily completing all of its obligations
under the Contract, the Contractor will be paid a firm lot prices, as specified in
the contract for a cost of $ _________ (insert the amount at contract award).
Customs duties are included and Applicable Taxes are extra.
Canada will not pay the Contractor for any design changes, modifications or
interpretations of the Work, unless they have been approved, in writing, by the
Contracting Authority before their incorporation into the Work.
6.2
Limitation of Price
SACC Manual clause C6000C (2011-05-16) Limitation of Price
6.3
Multiple Payment
SACC Manual clause H1001C (2008-05-12) Multiple Payment
6.4
Customs Duties - Department of National Defence - Importer
SACC Manual clause C2608C (2015-02-25)
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
6.5
Customs Duties - Contractor Importer
SACC Manual clause C2610C (2007-11-30)
6.6
Insurance
SACC Manual clause G1005C (2008-05-12) Insurance
6.7
Exchange Rate Fluctuation Adjustment
1. The foreign currency component (FCC) is defined as the portion of the price or
rate that will be directly affected by exchange rate fluctuation. The FCC should
include all related taxes, duties and other costs paid by the Bidder and which
are to be included in the adjustment amount.
2. For each line item where a FCC is identified, Canada assumes the risks and
benefits for exchange rate fluctuation, as shown in the Basis of Payment. For
such items, the exchange rate fluctuation amount is determined in accordance
with the provision of this clause.
3. The total price paid by Canada on each invoice will be adjusted at the time of
payment, based on the FCC and the exchange rate fluctuation provisions in the
contract. The exchange rate adjustment amount will be calculated in accordance
with the following formula:
Adjustment = FCC x Qty x (i1 - i0) / i0
where formula variables correspond to:
o FCC: Foreign Currency Component (per unit)
o i0: Initial exchange rate (CAN$ per unit of foreign currency [e.g.
US$1])
o i1: exchange rate for adjustments (CAN$ per unit of foreign
currency [e.g. US$1])
o Qty: quantity of units
4. The initial exchange rate is typically set as the noon rate as published by the
Bank of Canada on the solicitation closing date.
5. For goods, the exchange rate for adjustment will be the noon rate as
published by the Bank of Canada on the date the goods were delivered. For
services, the exchange rate for adjustment will be the noon rate on the last
business day of the month for which the services were performed. For advance
payments, the exchange rate for adjustment will be the noon rate on the date the
payment was due. The most recent noon rate will be used for non-business
days.
6. The Contractor must indicate the total exchange rate adjustment amount
(either upward, downward or no change) as a separate item on each invoice or
claim for payment submitted under the Contract. Where an adjustment applies,
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
the Contractor must submit with their invoice form PWGSC-TPSGC 450, Claim
for Exchange Rate Adjustments.
7. The exchange rate adjustment will only be applied where the exchange rate
fluctuation is greater than 2% (increase or decrease), calculated in accordance
with column 8 of form PWGSC-TPSGC 450 (i.e [i1 - i0 ) / i0]).
8. Canada reserves the right to audit any revision to costs and prices under this
clause.
7.
Invoicing Instructions
1.
The Contractor must submit invoices in accordance with the section entitled
"Invoice Submission" of the general conditions. Invoices cannot be submitted
until all work identified in the invoice is completed.
2.
Invoices must be distributed as follows:
(a) one (1) copy must be forwarded to the consignee.
(b) The original and one (1) copy must be forwarded to the following address for
certification and payment.
Dept of National Defence Headquarters - NDHQ DGLEPM
101 Colonel By Drive, Ottawa, ON, K1A 0K2
Att: DLP4-4-1-2
(c)
One (1) copy must be forwarded to the Contracting Authority identified
under the section entitled "Authorities" of the Contract.
8.
Certifications - Compliance
Compliance with the certifications and related documentation provided by the
Contractor in its bid is a condition of the Contract and subject to verification by Canada
during the term of the Contract. If the Contractor does not comply with any certification,
provide the related documentation or if it is determined that any certification made by
the Contractor in its bid is untrue, whether made knowingly or unknowingly, Canada has
the right, pursuant to the default provision of the Contract, to terminate the Contract for
default.
9.
Applicable Laws
The Contract must be interpreted and governed, and the relations between the parties
determined, by the laws in force in _____________. (Insert the name of the province or
territory as specified by the Bidder in its bid, if applicable)
10.
Priority of Documents
If there is a discrepancy between the wording of any documents that appear on the list,
the wording of the document that first appears on the list has priority over the wording of
any document that subsequently appears on the list.
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
a.
b.
c.
d.
e.
f.
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
the Articles of Agreement;
2010A (2015-09-03) General Conditions - Goods, (Medium Complexity);
Annex A Statement of Work;
Annex B Basis of Payment
Annex C, Security Requirements Check List
the Contractor's bid dated _______ (insert date of bid) (If the bid was clarified or
amended, insert at the time of contract award: “, as clarified on _______” or “, as
amended on_________” and insert date(s) of clarification(s) or amendment(s))
11.
Defence Contract
SACC Manual clause A9006C (2012-07-16) Defence Contract
12.
SACC Manual Clauses
SACC Reference
D5545C
Section
ISO 9001:2008 - Quality Management Systems
- Requirements (Quality Assurance Code C)
Date
2010-08-16
12.1 NATO Commercial and Government Entity Code (NCAGE)
Traceability
Material supplied for the items specified in this contract is subject to investigation
by Canada. Material which can neither be demonstrated by the contractor as
having originated directly from the NCAGE specified for the item in this contract,
nor as supplied with the specific written permission of this specified NCAGE, are
subject to the following action by Canada.
Canada may either:
(a) terminate the contract for default with respect to that item, return the item to
the Contractor at the Contractor's risk and expense, and demand and receive
from the Contractor (who shall forthwith so pay) all reprocurement and other
costs incurred by Canada, including any increased costs required for the purpose
of expediting production; or
(b) retain the item, and demand and receive from the Contractor (who shall
forthwith so pay) the difference between the Contractor's costs relating to the
item, as determined by Canada, and the costs which, in Canada’s opinion, the
Contractor would have incurred had it obtained and supplied an item which did
not differ in any way from that specifically required under the contract.
13.
SACC Manual Clauses (Delivery)
SACC Reference
D2000C
D2001C
D9002C
Section
Marking
Labelling
Incomplete Assemblies
Date
2007-11-30
2007-11-30
2007-11-30
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
13.1
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
Shipping Instructions (DND) - Foreign-based Contractors
1. Delivery will be FCA Free Carrier at _________ (insert the named place, e.g.
Contractor's facility) Inco terms 2000. The Contractor must load the goods onto
the carrier designated by the Department of National Defence (DND). Onward
shipment from the delivery point to the consignee will be Canada's responsibility.
2. Before shipping the goods, the Contractor must contact the following DND
Inbound Logistics Coordination Center by facsimile or e-mail, to arrange for
shipment, and provide the information detailed at paragraph 3.
(a)
Insert the following when the Contractor is located in the United States
(U.S.):
Inbound Logistics Coordination Center (ILCC):
Telephone: 1-877-447-7701 (toll free)
Facsimile:
1-877-877-7409 (toll free)
E-mail:
[email protected]
OR
(b)
Insert the following when the Contractor is located in United Kingdom (UK)
and Ireland:
Inbound Logistics United Kingdom (ILUK):
Telephone: 011-44-1895-613023, or 011-44-1895-613024, or
Facsimile: 011-44-1895-613047
E-mail:
[email protected]
In addition, the Contractor must send to ILUK the completed form "Shipping
Advice and Export Certificate" by e-mail to:
[email protected].
The shipment of any items above the value of 600 GBP (pound sterling) being
exported from the United Kingdom and Ireland will be cleared by DND using Her
Majesty's Customs & Excise (HMCE) New Export Systems (NES). The
Contractor must comply with HMCE requirements by registering with HMCE or
by having a freight forwarder complete the entry. A printed copy of the NES
entry Export Declaration clearly displaying the Declaration Unique Consignment
Reference Number must be provided by the Contractor and attached to the
consignment. The Contractor must ensure that this procedure is carried out for
all stores whether they be initial purchase or repair and overhaul export items.
HMCE will authorize Canadian Forces Support Unit (Europe) to ship the goods
only if the procedure has been adhered to completely and properly by the
Contractor.
OR
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
(c)
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
Insert the following when the Contractor is located in a country other than
Canada, the U.S., the UK and Ireland:
Inbound Logistics Europe Area (ILEA):
Telephone: +49-(0)-2451-717199 or 717200
Facsimile:
+49-(0)-2451-717189
Email:
[email protected]
OR
(d)
Insert the following for U.S. Foreign Military Sales (FMS):
Inbound Logistics Coordination Center (ILCC):
Telephone: 1-877-447-7701 (toll free)
Facsimile:
1-877-877-7409 (toll free)
Email:
[email protected]
Canada is responsible for the carrier selection for shipments of the goods
supplied under this FMS contract. Instructions on how to obtain carrier selection
from Canada are contained in U.S. Department of Defense 4000.25-8-M, Military
Assistance Program Address Directory, and
Canadian Special Instructions Indicator (SII). The Contractor must not ship the
goods until the SII has been complied with.
3.
The Contractor must provide the following information to the DND Inbound
Logistics contact when arranging for shipment:
a) the Contract number;
b) consignee address (if multiple addresses, items must be packaged and
labeled separately with each consignee address);
c) description of each item;
d) the number of pieces and type of packaging (e.g. carton, crate, drum,
skid);
e) actual weight and dimensions of each piece type, including gross weight;
f) copy of the commercial invoice (in accordance with clause C2608C,
section 4, of the Standard Acquisition Clauses and Conditions Manual) or
a copy of the Canada Border Services Agency form CI1, Canada Customs
Invoice;
g) Schedule B codes (for exports) and the Harmonized Tariff Schedule codes
(for imports);
h) North American Free Trade Agreement Certificate of Origin (in
accordance with clause C2608C, section 2) for the U.S. and Mexico only;
i) full details of dangerous material, as required for the applicable mode of
transportation, signed certificates for dangerous material as required for
shipment by the International Maritime Dangerous Goods Code, or
International Air Transport Association regulations or the applicable
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
Canadian Dangerous Goods Shipping Regulations and a copy of the
material safety data sheet.
4.
Following receipt of this information by Canada, Canada will provide the
appropriate shipping instructions, which may include the requirement for specific
consignee address labelling, the marking of each piece with a Transportation
Control Number and customs documentation.
5.
The Contractor must not ship goods before receiving shipping instructions
from the DND Inbound Logistics contact.
6.
If the Contractor delivers the goods at a place and time that are not in
accordance with the given delivery instructions or fail to fulfill reasonable delivery
instructions given by Canada, the Contractor must reimburse Canada any
additional expenses and costs incurred.
7.
If Canada is responsible for delays in delivering the goods, ownership and
risk will be transferred to Canada upon expiry of either thirty (30) days
following the date on which a duly completed shipping application is received by
Canada or by its appointed forwarding agent, or thirty (30) days following the
delivery date specified in the Contract, whichever is later.
OR
13.1
Shipping Instructions (DND) - Canadian-based Contractor
1. Delivery will be FCA Free Carrier at ________ (Insert the named place, e.g.
Contractor's facility) Inco terms 2000. The Contractor must load the goods onto
the carrier designated by the Department of National Defence (DND). Onward
shipment from the delivery point to the consignee will be Canada's responsibility.
2. Before shipping the goods, the Contractor must contact the following DND
Inbound Logistics Coordination Center by facsimile or e-mail, to arrange for
shipment, and
provide the information detailed at paragraph 3.
(a)
Inbound Logistics Coordination Center (ILCC)
Telephone: 1-877-877-7423 (toll free)
Facsimile:
1-877-877-7409 (toll free)
E-mail:
[email protected]
3. The Contractor must provide the following information to the DND Inbound
Logistics Coordination Center when arranging for shipment:
a) the Contract number;
b) consignee address (for multiple addresses, items must be packaged and
labeled separately with each consignee address);
c) description of each item;
d) the number of pieces and type of packaging (i.e., carton, crate, drum,
skid);
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
e) actual weight and dimensions of each piece type, including gross weight;
f) full details of dangerous material, as required for the applicable mode of
transportation, signed certificates for dangerous material as required for
shipment by the International Maritime Dangerous Goods Code, the
International Air Transport Association regulations or the applicable
Canadian Dangerous Goods Shipping Regulations, and a copy of the
material safety data sheet.
4. Following receipt of this information by Canada, Canada will provide the
appropriate shipping instructions, which may include the requirement for specific
consignee address labeling, and the marking of each piece with a Transportation
Control Number.
5. The Contractor must not ship the goods before receiving shipping instructions
from the DND Inbound Logistics contact.
6. If the Contractor delivers the goods at a place and time which are not in
accordance with the given delivery instructions or fail to fulfill reasonable delivery
instructions given by Canada, the Contractor must reimburse Canada any
additional expenses and costs incurred.
7. If Canada is responsible for delays in delivering the goods, ownership and risk
will be transferred to Canada upon expiry of either thirty (30) days following the
date on which a duly completed shipping application is received by Canada or by
its appointed forwarding agent, or thirty (30) days following the delivery date
specified in the Contract, whichever is later.
13.2 Preparation for Delivery
The Contractor must prepare item for delivery in accordance with the latest issue
of the Canadian Forces Packaging Specification D-LM-008-036/SF-000, DND
Minimum Requirements for Manufacturer's Standard Pack.
The Contractor must package item in quantities of one by package.
13.3 Inspection and Acceptance
The Technical Authority is the Inspection Authority. All reports, deliverable items,
documents, goods and all services rendered under the Contract are subject to
inspection by the Inspection Authority or representative. Should any report,
document, good or service not be in accordance with the requirements of the
Statement of Work and to the satisfaction of the Inspection Authority, as
submitted, the Inspection Authority will have the right to reject it or require its
correction at the sole expense of the Contractor before recommending payment.
ANNEX “A” – Statement of work
1.
Scope
1.1 Purpose
This Statement of Work (SOW) defines the mandatory requirements for a Computer
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
Numerical Control (CNC) Vertical Machining Centre to be used by the Department of
National Defence / Canadian Forces (DND/CF).
The purpose of this SOW is to provide the criterion for the procurement of CNC Vertical
Machining Center, herein also known as Machine.
1.2 Background
Quality Engineering Test Establishment (QETE) Manufacturing Technology Center (MTC)
requires a CNC Vertical Machining Center to manufacture or fabricate a wide variety of
unique items in order to accommodate the multi-disciplinary laboratory based technical
services provided by QETE.
1.3 List of Acronyms and Abbreviations
AC
ATC
CNC
DNC
FSR
HEPA
HP
IPM
ISO
RPM
2.
Alternating Current
Automatic Tool Changer
Computer Numerical Control
Direct Numerical Control
Factory Service Representative
High-efficiency particulate air
Horse Power
Inch per Minute
International Standards Organization
Revolution per Minute
Requirements
2.1 General
2.1.1 The description covers a Fully Enclosed, Fully Integrated, 3 axis Interface,
Computerized Numerical Controlled Vertical Machining Center, base and column
constructed with solid cast frame construction, operated by a Fanuc 30i Controller or the
equivalent with on-board software. Direct drive spindle with an oil cooling spindle
lubrication system and ceramic bearings and a fully enclosed Hydraulic Driven automatic
tool changer (ATC).
2.1.2 The Machine, Software and Tooling must be fully compatible with existing
Matsuura V.Plus-100 equipped with a Fanuc 30i Controller.
2.1.3
Includes set-up, start-up and training in-house.
2.1.4 The Contractor must provide the following: Turn-key operation for a CNC Vertical
Machining Center, all of the items/functions as described herein, together with all other
apparatus, cables, materials, design and installation, labor, software, cable, electrical
connections, air lines, tools, transportation, and any other resources necessary to
provide a complete system. The contractor must provide all tools, equipment and testing
devices to implement all aspects required to install the equipment.
2.2 Disassembly, removal, trade-in, and disposal
2.2.1 Disassembly, removal, trade-in, and disposal for the TREE VMC 760 CNC
(Serial # 9-16-94-1063) at DND/QETE, includes the disposal of the machine and its
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
accessories, from DND-QETE, GATINEAU (Hull Sector), Quebec that is located in the
Workshops, second floor, Room C2119, on the premises. Access is via freight elevator
capacity measurements, that measures the maximum openings as follows: 86 inches
wide x 170 inches deep x 120.5 inches high at 12000 lbs capacity. At the time of the
mandatory site visit, the Contractor is required to ensure that the Machine being offered
will be transportable on the DND/QETE NPB Building Freight Elevator to its second floor
location in QETE Workshops.
2.3 Task
2.3.1 Fully satisfactory performance of the integrated system must be demonstrated to
QETE personnel before final invoices are to be processed for payment. This will include
the function of the CNC control with all its features, materials cutting capabilities, table
performance and operation as per mandatory requirements.
2.3.2 Contractor’s Factory Service Representative (FSR) must be on-site and
responsible for the installation, levelling, securing, initial start-up, and calibration of
machine.
2.3.3 Contractor must provide operator and maintenance training in English of the
supplied machine to Workshop Personnel. Maintenance and Operator training must
commence within five days of the completion of the machine Installation.
3
Specifications
3.1 The Heavy Duty CNC Vertical Machining Center must include the following features and
functions.
3.1.1
Axis Travels
3.1.1.1 Positioning accuracy "X" axis, at full stroke, + 0.0002"
3.1.1.2 Positioning accuracy "Y" axis, at full stroke, + 0.0002"
3.1.1.3 X Axis - must meet 21" of travel minimum.
3.1.1.4 Y Axis - must meet 16” of travel minimum.
3.1.1.5 Z Axis - must meet 18" of travel minimum.
3.1.1.6 Positioning accuracy "Z" axis, at full stroke, + 0.00024"
3.1.1.7 Positioning Repeatability
3.1.1.7.1
"X" axis, + 0.00004" or less
3.1.1.7.2
"Y" axis, + 0.00004" or less
3.1.1.7.3
"Z" axis, + 0.00004" or less
3.1.2
Feed Rates
3.1.2.1 “X/Y” axis rapid traverse feed rates must meet 1,400 IPM minimum.
3.1.2.2 “Z” axes rapid traverse feed rates must meet 1,100 IPM minimum.
3.1.2.3 “X/Y/Z” axis jog feed rates must meet 0.0 IPM at low end, to 150 IPM or
more at high end.
3.1.2.4 “X/Y/Z” axis machining feed rates must meet 0.1 IPM or less, at low end,
to 1,400 IPM or more at high end.
3.1.3 Spindle
3.1.3.1 Spindle motor must meet a minimum rating of 7.5 hp for 30 minute
duration or more.
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
3.1.4
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
3.1.3.2 Maximum Spindle Speed 15,000 RPM or more.
3.1.3.3 Spindle must be Direct Drive.
3.1.3.4 “Z” axis minimum thrust must meet 2,150 lbs.
3.1.3.5 Spindle Speed must meet 50 RPM or lower, at low end, to 15,000 RPM or
higher, at high end.
3.1.3.6 The spindle bearings must be ceramic type with inner diameter of 3.15” or
more.
3.1.3.7 The spindle taper must be a CAT-40 type (Big Plus Tooling System).
3.1.3.8 Spindle diameter must meet 2.75" minimum.
3.1.3.9 The machine spindle must be equipped with a spindle overload
protections system (SOP).
Hydraulic Operated Automatic Tool Changer (ATC)
3.1.4.1 ATC must meet or exceed a 30 tool capacity minimum.
3.1.4.2 ATC must meet a minimum of 1 sec. tool to tool change time or better.
3.1.4.3 ATC must meet a minimum of 3.5 sec. chip to chip time or better
3.1.4.4 Tool change arm must be double grip type.
3.1.4.5 Tool change selection must be Random Bi-directional.
3.1.4.6 ATC must meet a minimum tool weight capacity of 13 lbs or.
3.1.4.7 The allowable tool length in the ATC must meet 11" minimum.
3.1.4.8 The tool diameter for adjacent tools in the ATC must meet 3.60”
minimum.
3.1.4.9 The tool diameter for tools in the ATC with empty adjacent tool locations
must meet or exceed 6.8".
3.1.4.10 Tool pitch must meet 4” diameter or better.
3.1.5
Machine Capabilities
3.1.5.1 The Z Axis must have a minimum thrust of 2,500 lbs or better.
3.1.5.2 The X/Y Axis must have a minimum thrust of 800 lbs or better.
3.1.5.3 The X/Y/Z Axis Ball-screws must have a diameter of 1.575” minimum.
3.1.6
Physical Details
3.1.6.1 The overall height of the machine must not exceed 110" in height
maximum.
3.1.6.2 The overall footprint of the machine must not exceed (W x D) 75" by 114”
maximum.
3.1.6.3 The overall maximum working area required for the machine including
maintenance area must not exceed (W x D) 122" by 160" maximum.
3.1.6.4 The machine must operate on 3 phase power; the unit must be supplied
with a transformer to change the supplied voltage to the building 575
volts.
3.1.6.5 The installed mass of the assembled machine must be between 7,000 lbs
minimum to 15,000 lbs maximum to be considered a heavy duty industrial
quality machine.
3.1.6.6 The table must have a loading capacity of 800 lbs minimum.
3.1.6.7 A central cooling system for spindle and motor resulting in higher torque
at low speeds.
3.1.6.8 A spindle air purge and air flow system.
3.1.6.9 Spindle Overload Protection (S.O.P.) software feature.
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
3.1.7 Standard Equipment - The machine must be supplied with the following
standard equipment and or options:
3.1.7.1
3.1.7.2
3.1.7.3
3.1.7.4
3.1.7.5
3.1.7.6
3.1.7.7
Coolant tank with a minimum capacity of 300 litres or better.
Work Light.
Hydraulic Unit for the ATC (automatic tool changer).
Spindle oil cooling lubrication system.
Flood coolant system and chip flush system.
Auto lubrication system with a reservoir tank.
Complete machine enclosure to contain all chips and splashed coolant or
oil.
3.1.7.8 Spindle RPM meter.
3.1.7.9 Spindle Load meter.
3.1.7.10 ATC guard.
3.1.7.11 ATC auto door.
3.1.7.12 Total enclosed splash guard with top cover
3.1.7.13 The table must have of 3 T slots equally spaced along the length of the
table for clamping.
3.1.7.14 Manual pulse generator.
3.1.7.15 Synchronized Tapping function at max. 4,000 RPM or more.
3.1.7.16 Intelligent precision contouring function also known as IPC.
3.1.7.17 Flood coolant equipment/rear discharge.
3.1.7.18 Chip flush system.
3.1.7.19 Central lubrication unit for Z-axis guideways.
3.1.7.20 One set of service tools in box.
3.1.7.21 One set of levelling bolts pads and nuts.
3.1.8 The CNC Control -The CNC Control System must meet or exceed the features
and functions outlined below.
3.1.8.1 The CNC Control System must be a Fanuc 30iMB or equivalent and must
be compatible with our existing GIBBS CAM software, Mastercam
Software, and Post-Processors.
3.1.8.2 Interactive programming & graphic display.
3.1.8.3 2 Mb control memory minimum.
3.1.8.4 Measurement Functions via touch probe.
3.1.8.5 Tool offset number addition up to a total of 999.
3.1.8.6 Background Editing.
3.1.8.7 Program restart: screen setting.
3.1.8.8 Tool Length Measurement.
3.1.8.9 Coordinate system rotation (G68, G69).
3.1.8.10 Expanded Directory Displays Tool life management.
3.1.8.11 Graphical recovery operations for ATC.
3.1.8.12 No. of registered programs up to 1000 Minimum.
3.1.8.13 Detailed alarm screen.
3.1.8.14 Multi-step skip function.
3.1.8.15 Nikken Touch Probe with Indicator Lamp.
3.1.8.16 Macro programming with common variable expansion (500 to 900).
3.1.8.17 Coordinate system rotation.
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
3.1.8.18 Additional work coordinate system (300 sets).
3.1.9 Input Commands
The control system must have the following input commands:
3.1.9.1.1
3.1.9.1.2
3.1.9.1.3
3.1.9.1.4
3.1.9.1.5
3.1.9.1.6
3.1.9.1.7
3.1.9.1.8
3.1.9.1.9
3.1.9.1.10
3.1.9.1.11
3.1.9.1.12
Absolute programming (G90).
Incremental programming (G91).
Inch selection (G20).
Metric selection (G21).
Decimal point input.
Control in and control out.
Buffer register.
Interpolation.
Linear Interpolation.
Positioning - G00 and G06.
Circular Interpolation - Counter clockwise G03 and clockwise G02.
Helical Interpolation - Clockwise G02 and Counter clockwise G03.
3.1.10 High Speed Machining Control
3.1.10.1 The supplied high speed machining control package must include a
1000 block look-ahead option minimum.
3.1.10.2 The package must include NANO smoothing function with jerk control
3.1.10.3 The package must include an optimal torque acceleration and
deceleration control function.
3.1.10.4 The package must include one internal high speed data server with an
editable memory card with 512 Mb minimum.
3.1.10.5 The package must include 3D high speed processing capabilities.
3.2 The Supplied Oil Mist and Smoke Eliminator
The supplied oil mist and smoke eliminator must meet or exceed the following mandatory
requirements:
3.2.1.1 The air flow for the oil mist eliminator must be between 500 to 800 cubic
feet per minute (cfm)
3.2.1.2 The oil mist eliminator must be equipped with a HEPA filter.
3.2.1.3 The oil mist eliminator weight must not exceed 100Kg maximum
3.2.1.4 The oil mist eliminator will be installed by the Factory Service
Representative (FSR) during the machine installation and commissioning
phase.
3.2.1.5 The supplied oil mist eliminator must be wired to the machine with either
a toggle switch on the control panel or an interlocked M code function to
turn the unit on and off.
3.2.1.6 The sound level for the oil mist eliminator on its own must not exceed 76
dB (A).
3.2.1.7 The overall size of the oil mist eliminator must not exceed 33" high by 21"
wide by 34" deep maximum.
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
3.2.1.8 The oil mist eliminator must be supplied with all required motor(s), motor
contactor(s), filter(s), electrical connections, plumbing connections,
ducting, and mounting support bracket to install the unit onto the
machine.
3.3 Constraints
3.3.1
3.3.2
3.3.3
3.3.4
3.3.5
3.3.6
3.3.7
4
The equipment must be transported to the second floor utilizing the building
freight elevator that measures the openings as follows: 86 inches wide x 170
inches deep x 120.5 inches high at 12,000 lbs capacity.
The machine must operate on 3 phase power; the unit must be supplied with a
transformer to change the supplied voltage to the building 575 volts.
The entire CNC Vertical Machining Center must be supplied to DND/QETE with a
Canadian Standards Association (CSA) certified sticker and Underwriters
Laboratories of Canada (ULC) approval sticker, or an equivalent acceptable
certificate.
All electrical services are to be provided as part of the package in conjunction
with Public Works Canada as part of the “Turn-key Operation”. It is essential that
the personnel carrying out the work are licensed in the province of Quebec to
carry out the electrical wiring and hook-up. Contractors must contact the QETE
Building Management (Brookfield, Mattieu Boucher, 819-598-8582) for a listing of
eligible licensed personnel.
Any pinch points, hazards areas, operator safety concerns, and moving
components must clearly be labelled in English.
Operating instruction labels are clearly identified and printed in English.
Any wooden crates, steel cages, or cardboard boxes which the unit or pieces of
the unit are packaged and shipped in must be removed by the contractor at no
additional cost to DND-QETE.
Deliverables
4.1 QTY 1 Computer Numerical Controlled (CNC) Vertical Machining Center.
4.2 QTY 1 Oil Mist and Smoke Eliminator.
4.3 QTY 1 Renishaw NC4 non-contact tool setting system including hardware, software and
installation to CNC controller.
4.4 QTY 1 Renishaw OMP-60 In-Process Measuring Probe Kit including Renishaw wireless
probe, probe holder, interface kit and software.
4.5 QTY 50 JISB6339-40 Pull Studs.
4.6 The delivery, installation of machine and all deliverables are to be turn-key operation.
This includes any electrical transformers and all wiring from main building electrical
power supply as well as any air-line and water-line connections or any other associated
items or services that are required for the installation and operation of the equipment
delivered to room C2119-F, 2nd floor, NPB building, 45 Sacre Coeur, Blvd, Gatineau,
Quebec.
4.7 Machine must come equipped with all the standard tools and accessories normally
associated with this type of equipment.
4.8 Manuals and Documentation
4.8.1
4.8.2
The Contractor must provide three separate manuals each in paper/hardcopy
format in English covering the following sections:
Qty 3 Operator Manuals.
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
4.8.3
4.8.4
4.8.5
4.8.6
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
Qty 3 Parts Manuals.
Qty 3 Manuals Maintenance.
Qty 3 Electrical schematics.
2 copies of the above manuals in PDF format.
4.9 Training must be provided for up to six persons for a minimum of 5 days at eight hours
per day and must commence within five days of the completion of the machine
installation. Training must be provided consecutively and may only be interrupted by a
normal weekend.
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
Annex “B” – Basis of Payment
Product Number Offered: ____________________________
NCSM Offered: ____________________________________
Firm Lot Price:
$_______________________________
Discount for trade-in:
($______________________________)
Total Cost:
$_______________________________
Contract Number / Numéro du contrat
W8486-163216
Security Classification / Classification de sécurité
ANNEX "C"- SECURITY REQUIREMENTS CHECK LIST (SRCL)
ANNEXE "C" - LISTE DE VÉRIFICATION DES EXIGENCES RELATIVES À LA SÉCURITÉ (LVERS)
PART A - CONTRACT INFORMATION / PARTIE A - INFORMATION CONTRACTUELLE
1. Originating Government Department or Organization /
2. Branch or Directorate / Direction générale ou Direction
QETE
Ministère ou organisme gouvernemental d’origine
3. a) Subcontract Number / Numéro du contrat de sous-traitance
3. b) Name and Address of Subcontractor / Nom et adresse du sous-traitant
4. Brief Description of Work / Brève description du travail
Replacement for Tree V-760 Vertical Machining Centre
5. a) Will the supplier require access to Controlled Goods?
Le fournisseur aura-t-il accès à des marchandises contrôlées?
55. b) Will the supplier require access to unclassified military technical data subject to the provisions of the Technical Data Control
Regulations?
Le fournisseur aura-t-il accès à des données techniques militaires non classifiées qui sont assujetties aux dispositions du
Règlement sur le contrôle des données techniques?
6. Indicate the type of access required / Indiquer le type d’accès requis
6. a) Will the supplier and its employees require access to PROTECTED and/or CLASSIFIED information or assets?
Le fournisseur ainsi que les employés auront-ils accès à des renseignements ou à des biens PROTÉGÉS et/ou CLASSIFIÉS?
(Specify the level of access using the chart in Question 7. c)
(Préciser le niveau d’accès en utilisant le tableau qui se trouve à la question 7. c)
6. b) Will the supplier and its employees (e.g. cleaners, maintenance personnel) require access to restricted access areas? No access
to PROTECTED and/or CLASSIFIED information or assets is permitted.
Le fournisseur et ses employés (p. ex. nettoyeurs, personnel d’entretien) auront-ils accès à des zones d’accès restreintes? L’accès
à des renseignements ou à des biens PROTÉGÉS et/ou CLASSIFIÉS n’est pas autorisé.
6. c) Is this a commercial courier or delivery requirement with no overnight storage?
S’agit-il d’un contrat de messagerie ou de livraison commerciale sans entreposage de nuit?
No
Non
Yes
Oui
No
Non
Yes
Oui
No
Non
Yes
Oui
No
Non
Yes
Oui
No
Non
Yes
Oui
7. a) Indicate the type of information that the supplier will be required to access / Indiquer le type d'information auquel le fournisseur devra avoir accès
Canada
NATO / OTAN
7. b) Release restrictions / Restrictions relatives à la diffusion
No release restrictions
All NATO countries
Aucune restriction relative
Tous les pays de l’OTAN
à la diffusion
Foreign / Étranger
No release restrictions
Aucune restriction relative
à la diffusion
Not releasable
À ne pas diffuser
Restricted to: / Limité à :
Specify country(ies): / Préciser le(s)
pays :
7. c) Level of information / Niveau d'information
PROTECTED A
PROTÉGÉ A
PROTECTED B
PROTÉGÉ B
PROTECTED C
PROTÉGÉ C
CONFIDENTIAL
CONFIDENTIEL
SECRET
SECRET
TOP SECRET
TRÈS SECRET
TOP SECRET (SIGINT)
TRÈS SECRET (SIGINT)
TBS/SCT 350-103(2004/12)
Restricted to: / Limité à :
Specify country(ies): / Préciser le(s) pays :
Restricted to: / Limité à :
Specify country(ies): / Préciser le(s)
pays :
NATO UNCLASSIFIED
NATO NON CLASSIFIÉ
NATO RESTRICTED
NATO DIFFUSION RESTREINTE
NATO CONFIDENTIAL
NATO CONFIDENTIEL
NATO SECRET
NATO SECRET
COSMIC TOP SECRET
COSMIC TRÈS SECRET
PROTECTED A
PROTÉGÉ A
PROTECTED B
PROTÉGÉ B
PROTECTED C
PROTÉGÉ C
CONFIDENTIAL
CONFIDENTIEL
SECRET
SECRET
TOP SECRET
TRÈS SECRET
TOP SECRET (SIGINT)
TRÈS SECRET (SIGINT)
Security Classification / Classification de sécurité
Contract Number / Numéro du contrat
W8486-163216
Security Classification / Classification de sécurité
PART A (continued) / PARTIE A (suite)
8. Will the supplier require access to PROTECTED and/or CLASSIFIED COMSEC information or assets?
Le fournisseur aura-t-il accès à des renseignements ou à des biens COMSEC désignés PROTÉGÉS et/ou CLASSIFIÉS?
If Yes, indicate the level of sensitivity:
Dans l’affirmative, indiquer le niveau de sensibilité :
9. Will the supplier require access to extremely sensitive INFOSEC information or assets?
Le fournisseur aura-t-il accès à des renseignements ou à des biens INFOSEC de nature extrêmement délicate?
No
Non
Yes
Oui
No
Non
Yes
Oui
Short Title(s) of material / Titre(s) abrégé(s) du matériel :
Document Number / Numéro du document :
PART B - PERSONNEL (SUPPLIER) / PARTIE B - PERSONNEL (FOURNISSEUR)
10. a) Personnel security screening level required / Niveau de contrôle de la sécurité du personnel requis
RELIABILITY STATUS
COTE DE FIABILITÉ
CONFIDENTIAL
CONFIDENTIEL
SECRET
SECRET
TOP SECRET
TRÈS SECRET
TOP SECRET– SIGINT
TRÈS SECRET – SIGINT
NATO CONFIDENTIAL
NATO CONFIDENTIEL
NATO SECRET
NATO SECRET
COSMIC TOP SECRET
COSMIC TRÈS SECRET
SITE ACCESS
ACCÈS AUX EMPLACEMENTS
Special comments:
Commentaires spéciaux :
NOTE: If multiple levels of screening are identified, a Security Classification Guide must be provided.
REMARQUE : Si plusieurs niveaux de contrôle de sécurité sont requis, un guide de classification de la sécurité doit être fourni.
10. b) May unscreened personnel be used for portions of the work?
No
Du personnel sans autorisation sécuritaire peut-il se voir confier des parties du travail?
Non
If Yes, will unscreened personnel be escorted?
Dans l’affirmative, le personnel en question sera-t-il escorté?
Yes
Oui
No
Non
Yes
Oui
11. a) Will the supplier be required to receive and store PROTECTED and/or CLASSIFIED information or assets on its site or
premises?
Le fournisseur sera-t-il tenu de recevoir et d’entreposer sur place des renseignements ou des biens PROTÉGÉS et/ou
CLASSIFIÉS?
No
Non
Yes
Oui
11. b) Will the supplier be required to safeguard COMSEC information or assets?
Le fournisseur sera-t-il tenu de protéger des renseignements ou des biens COMSEC?
No
Non
Yes
Oui
No
Non
Yes
Oui
11. d) Will the supplier be required to use its IT systems to electronically process, produce or store PROTECTED and/or CLASSIFIED
information or data?
Le fournisseur sera-t-il tenu d’utiliser ses propres systèmes informatiques pour traiter, produire ou stocker électroniquement des
renseignements ou des données PROTÉGÉS et/ou CLASSIFIÉS?
No
Non
Yes
Oui
11. e) Will there be an electronic link between the supplier’s IT systems and the government department or agency?
Disposera-t-on d’un lien électronique entre le système informatique du fournisseur et celui du ministère ou de l’agence
gouvernementale?
No
Non
Yes
Oui
PART C - SAFEGUARDS (SUPPLIER) / PARTIE C - MESURES DE PROTECTION (FOURNISSEUR)
INFORMATION / ASSETS / RENSEIGNEMENTS / BIENS
PRODUCTION
11. c) Will the production (manufacture, and/or repair and/or modification) of PROTECTED and/or CLASSIFIED material or equipment occur
at the supplier’s site or premises?
Les installations du fournisseur serviront-elles à la production (fabrication et/ou réparation et/ou modification) de matériel PROTÉGÉ
et/ou CLASSIFIÉ?
INFORMATION TECHNOLOGY (IT) MEDIA /
TBS/SCT 350-103(2004/12)
SUPPORT RELATIF À LA TECHNOLOGIE DE L’INFORMATION (TI)
Security Classification / Classification de sécurité
Contract Number / Numéro du contrat
W8486-163216
Security Classification / Classification de sécurité
PART C - (continued) / PARTIE C - (suite)
For users completing the form manually use the summary chart below to indicate the category(ies) and level(s) of safeguarding required at the supplier’s
site(s) or premises.
Les utilisateurs qui remplissent le formulaire manuellement doivent utiliser le tableau récapitulatif ci-dessous pour indiquer, pour chaque catégorie, les
niveaux de sauvegarde requis aux installations du fournisseur.
For users completing the form online (via the Internet), the summary chart is automatically populated by your responses to previous questions.
Dans le cas des utilisateurs qui remplissent le formulaire en ligne (par Internet), les réponses aux questions précédentes sont automatiquement saisies
dans le tableau récapitulatif.
SUMMARY CHART / TABLEAU RÉCAPITULATIF
Category
Catégorie
PROTECTED
PROTÉGÉ
A
B
C
CLASSIFIED
CLASSIFIÉ
CONFIDENTIAL
CONFIDENTIEL
SECRET
NATO
TOP
SECRET
NATO
RESTRICTED
NATO
CONFIDENTIAL
TRÈS
SECRET
NATO
DIFFUSION
RESTREINTE
NATO
CONFIDENTIEL
COMSEC
NATO
SECRET
COSMIC
TOP
SECRET
COSMIC
TRÈS
SECRET
PROTECTED
PROTÉGÉ
A
B
C
CONFIDENTIAL
SECRET
CONFIDENTIEL
TOP
SECRET
TRES
SECRET
Information / Assets
Renseignements / Biens
Production
IT Media /
Support TI
IT Link /
Lien électronique
12. a) Is the description of the work contained within this SRCL PROTECTED and/or CLASSIFIED?
La description du travail visé par la présente LVERS est-elle de nature PROTÉGÉE et/ou CLASSIFIÉE?
No
Non
Yes
Oui
No
Non
Yes
Oui
If Yes, classify this form by annotating the top and bottom in the area entitled “Security Classification”.
Dans l’affirmative, classifier le présent formulaire en indiquant le niveau de sécurité dans la case intitulée
« Classification de sécurité » au haut et au bas du formulaire.
12. b) Will the documentation attached to this SRCL be PROTECTED and/or CLASSIFIED?
La documentation associée à la présente LVERS sera-t-elle PROTÉGÉE et/ou CLASSIFIÉE?
If Yes, classify this form by annotating the top and bottom in the area entitled “Security Classification” and indicate with
attachments (e.g. SECRET with Attachments).
Dans l’affirmative, classifier le présent formulaire en indiquant le niveau de sécurité dans la case intitulée
« Classification de sécurité » au haut et au bas du formulaire et indiquer qu’il y a des pièces jointes (p. ex. SECRET avec
des pièces jointes).
TBS/SCT 350-103(2004/12)
Security Classification / Classification de sécurité
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
Annex “D” – Evaluation Grid
Simply stating a compliancy is insufficient. Bidders MUST indicate the page reference for each line
item in the grid below.
Line Item
3.1.1
3.1.1.1
3.1.1.2
3.1.1.3
3.1.1.4
3.1.1.5
3.1.1.6
3.1.1.7
3.1.1.7.1
3.1.1.7.2
3.1.1.7.3
3.1.2
3.1.2.1
3.1.2.2
3.1.2.3
3.1.2.4
3.1.3
3.1.3.1
3.1.3.2
3.1.3.3
3.1.3.4
3.1.3.5
Description
Axis Travels (see below)
Positioning accuracy "X" axis, at full stroke, + 0.0002"
Positioning accuracy "Y" axis, at full stroke, + 0.0002"
X Axis - must meet 21" of travel minimum.
Y Axis - must meet 16” of travel minimum.
Z Axis - must meet 18" of travel minimum.
Positioning accuracy "Z" axis, at full stroke, + 0.00024"
Positioning Repeatability (see below)
"X" axis, + 0.00004" or less
"Y" axis, + 0.00004" or less
"Z" axis, + 0.00004" or less
Feed Rates (see below)
“X/Y” axis rapid traverse feed rates must meet 1,400 IPM minimum.
“Z” axes rapid traverse feed rates must meet 1,100 IPM minimum.
“X/Y/Z” axis jog feed rates must meet 0.0 IPM at low end, to 150 IPM or
more at high end.
“X/Y/Z” axis machining feed rates must meet 0.1 IPM or less, at low end, to
1,400 IPM or more at high end.
Spindle (see below)
Spindle motor must meet a minimum rating of 7.5 hp for 30 minute duration
or more.
Maximum Spindle Speed 15,000 RPM or more.
Spindle must be Direct Drive.
“Z” axis minimum thrust must meet 2,150 lbs.
Spindle Speed must meet 50 RPM or lower, at low end, to 15,000 RPM or
higher, at high end.
3.1.3.6
The spindle bearings must be ceramic type with inner diameter of 3.15” or
more.
3.1.3.7
3.1.3.8
3.1.3.9
The spindle taper must be a CAT-40 type (Big Plus Tooling System).
Spindle diameter must meet 2.75" minimum.
The machine spindle must be equipped with a spindle overload protections
system (SOP).
Hydraulic Operated Automatic Tool Changer (ATC) (See below)
ATC must meet or exceed a 30 tool capacity minimum.
ATC must meet a minimum of 1 sec. tool to tool change time or better.
ATC must meet a minimum of 3.5 sec. chip to chip time or better.
Tool change arm must be double grip type.
Tool change selection must be Random Bi-directional.
ATC must meet a minimum tool weight capacity of 13 lbs or better.
The allowable tool length in the ATC must meet 11" minimum.
The tool diameter for adjacent tools in the ATC must meet 3.60” minimum.
3.1.4
3.1.4.1
3.1.4.2
3.1.4.3
3.1.4.4
3.1.4.5
3.1.4.6
3.1.4.7
3.1.4.8
Page
Reference in
Bid
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
3.1.4.9
3.1.4.10
3.1.5
3.1.5.1
3.1.5.2
3.1.5.3
3.1.6
3.1.6.1
3.1.6.2
3.1.6.3
3.1.6.4
3.1.6.5
3.1.6.6
3.1.6.7
3.1.6.8
3.1.6.9
3.1.7
3.1.7.1
3.1.7.2
3.1.7.3
3.1.7.4
3.1.7.5
3.1.7.6
3.1.7.7
3.1.7.8
3.1.7.9
3.1.7.10
3.1.7.11
3.1.7.12
3.1.7.13
3.1.7.14
3.1.7.15
3.1.7.16
3.1.7.17
3.1.7.18
3.1.7.19
3.1.7.20
3.1.7.21
3.1.8
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
The tool diameter for tools in the ATC with empty adjacent tool locations
must meet or exceed 6.8".
Tool pitch must meet 4” diameter or better.
Machine Capabilities (see below)
The Z Axis must have a minimum thrust of 2,500 lbs or better.
The X/Y Axis must have a minimum thrust of 800 lbs or better.
The X/Y/Z Axis Ball-screws must have a diameter of 1.575” minimum.
Physical Details (see below)
The overall height of the machine must not exceed 110" in height maximum.
The overall footprint of the machine must not exceed (W x D) 75" by 114”
maximum.
The overall maximum working area required for the machine including
maintenance area must not exceed (W x D) 122" by 160" maximum.
The machine must operate on 3 phase power; the unit must be supplied with
a transformer to change the supplied voltage to the building 575 volts.
The installed mass of the assembled machine must be between 7,000 lbs
minimum to 15,000 lbs maximum to be considered a heavy duty industrial
quality machine.
The table must have a loading capacity of 800 lbs minimum.
A central cooling system for spindle and motor resulting in higher torque at
low speeds.
A spindle air purge and air flow system.
Spindle Overload Protection (S.O.P.) software feature.
Standard Equipment - The machine must be supplied with the following standard
equipment and or options: (see below)
Coolant tank with a minimum capacity of 300 litres or better.
Work Light.
Hydraulic Unit for the ATC (automatic tool changer).
Spindle oil cooling lubrication system.
Flood coolant system and chip flush system.
Auto lubrication system with a reservoir tank.
Complete machine enclosure to contain all chips and splashed coolant or oil.
Spindle RPM meter.
Spindle Load meter.
ATC guard.
ATC auto door.
Total enclosed splash guard with top cover
The table must have of 3 T slots equally spaced along the length of the table
for clamping.
Manual pulse generator.
Synchronized Tapping function at max. 4,000 RPM or more.
Intelligent precision contouring function also known as IPC.
Flood coolant equipment/rear discharge.
Chip flush system.
Central lubrication unit for Z-axis guideways.
One set of service tools in box.
One set of levelling bolts pads and nuts.
The CNC Control -The CNC Control System must meet or exceed the features and
functions outlined below. (see below)
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
3.1.8.1
3.1.8.2
3.1.8.3
3.1.8.4
3.1.8.5
3.1.8.6
3.1.8.7
3.1.8.8
3.1.8.9
3.1.8.10
3.1.8.11
3.1.8.12
3.1.8.13
3.1.8.14
3.1.8.15
3.1.8.16
3.1.8.17
3.1.8.18
3.1.9
3.1.9.1
3.1.9.1.1
3.1.9.1.2
3.1.9.1.3
3.1.9.1.4
3.1.9.1.5
3.1.9.1.6
3.1.9.1.7
3.1.9.1.8
3.1.9.1.9
3.1.9.1.10
3.1.9.1.11
3.1.9.1.12
3.1.10
3.1.10.1
3.1.10.2
3.1.10.3
3.1.10.4
3.1.10.5
3.2
3.2.1.1
3.2.1.1
3.2.1.2
3.2.1.3
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
The CNC Control System must be a Fanuc 30iMB or equivalent and must be
compatible with our existing GIBBS CAM software, Mastercam Software,
Interactive programming & graphic display.
2 Mb control memory minimum.
Measurement Functions via touch probe.
Tool offset number addition up to a total of 999.
Background Editing.
Program restart: screen setting.
Tool Length Measurement.
Coordinate system rotation (G68, G69).
Expanded Directory Displays Tool life management.
Graphical recovery operations for ATC.
No. of registered programs up to 1000 Minimum.
Detailed alarm screen.
Multi-step skip function.
Nikken Touch Probe with Indicator Lamp.
Macro programming with common variable expansion (500 to 900).
Coordinate system rotation.
Additional work coordinate system (300 sets).
Input Commands (see below)
The control system must have the following input commands: (see below)
Absolute programming (G90).
Incremental programming (G91).
Inch selection (G20).
Metric selection (G21).
Decimal point input.
Control in and control out.
Buffer register.
Interpolation.
Linear Interpolation.
Positioning - G00 and G06.
Circular Interpolation - Counter clockwise G03 and clockwise G02.
Helical Interpolation - Clockwise G02 and Counter clockwise G03.
High Speed Machining Control (see below)
The supplied high speed machining control package must include a 1000
block look-ahead option minimum.
The package must include NANO smoothing function with jerk control.
The package must include an optimal torque acceleration and deceleration
control function.
The package must include one internal high speed data server with an
editable memory card with 512 Mb minimum.
The package must include 3D high speed processing capabilities.
The Supplied Oil Mist and Smoke Eliminator (see below)
The supplied oil mist and smoke eliminator must meet or exceed the
following mandatory requirements: (see below)
The air flow for the oil mist eliminator must be between 500 to 800 cubic feet
per minute (cfm)
The oil mist eliminator must be equipped with a HEPA filter.
The oil mist eliminator weight must not exceed 100Kg maximum
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
3.2.1.4
3.2.1.5
3.2.1.6
3.2.1.7
3.2.1.8
3.3
3.3.1
3.3.2
3.3.3
3.3.4
3.3.5
3.3.6
3.3.7
4
4.1
4.2
4.3
4.4
4.5
4.6
4.7
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
The oil mist eliminator will be installed by the Factory Service Representative
(FSR) during the machine installation and commissioning phase.
The supplied oil mist eliminator must be wired to the machine with either a
toggle switch on the control panel or an interlocked M code function to turn
the unit on and off.
The sound level for the oil mist eliminator on its own must not exceed 76 dB
(A).
The overall size of the oil mist eliminator must not exceed 33" high by 21"
wide by 34" deep maximum.
The oil mist eliminator must be supplied with all required motor(s), motor
contactor(s), filter(s), electrical connections, plumbing connections, ducting,
and mounting support bracket to install the unit onto the machine.
Constraints (see below)
The equipment must be transported to the second floor utilizing the building
freight elevator that measures the openings as follows: 86 inches wide x 170
inches deep x 120.5 inches high at 12,000 lbs capacity.
The machine must operate on 3 phase power; the unit must be supplied with
a transformer to change the supplied voltage to the building 575 volts.
The entire CNC Vertical Machining Center must be supplied to DND/QETE
with a Canadian Standards Association (CSA) certified sticker and
Underwriters Laboratories of Canada (ULC) approval sticker, or an
equivalent acceptable certificate.
All electrical services are to be provided as part of the package in
conjunction with Public Works Canada as part of the “Turn-key Operation”. It
is essential that the personnel carrying out the work are licensed in the
province of Quebec to carry out the electrical wiring and hook-up.
Contractors must contact the QETE Building Management (Name and
Number) for a listing of eligible licensed personnel.
Any pinch points, hazards areas, operator safety concerns, and moving
components must clearly be labelled in English.
Operating instruction labels are clearly identified and printed in English.
Any wooden crates, steel cages, or cardboard boxes which the unit or
pieces of the unit are packaged and shipped in must be removed by the
contractor at no additional cost to DND-QETE.
Deliverables (see below)
Computer Numerical Controlled (CNC) Vertical Machining Center.
Oil Mist and Smoke Eliminator.
Renishaw NC4 non-contact tool setting system including hardware, software
and installation to CNC controller.
Renishaw OMP-60 In-Process Measuring Probe Kit including Renishaw
wireless probe, probe holder, interface kit and software.
JISB6339-40 Pull Studs.
The delivery, installation of machine and all deliverables are to be turn-key
operation. This includes any electrical transformers and all wiring from main
building electrical power supply as well as any air-line and water-line
connections or any other associated items or services that are required for
the installation and operation of the equipment delivered to room C2119-F,
2nd floor, NPB building, 45 Sacre Coeur, Blvd, Gatineau, Quebec.
Machine must come equipped with all the standard tools and accessories
Solicitation No. - N° de l'invitation
W8486-163216/A
Client Ref. No. - N° de réf. du client
W8486-163216
Amd. No. - N° de la modif.
File No. - N° du dossier
hn460.W8486-163216
Buyer ID - Id de l'acheteur
hn460
CCC No./N° CCC - FMS No./N° VME
normally associated with this type of equipment.
4.8
4.8.1
4.8.2
4.8.3
4.8.4
4.8.5
4.8.6
4.9
Manuals and Documentation (see below)
The Contractor must provide three separate manuals each in
paper/hardcopy format in English covering the following sections:(see below)
Qty 3 Operator Manuals.
Qty 3 Parts Manuals.
Qty 3 Manuals Maintenance.
Qty 3 Electrical schematics.
2 copies of the above manuals in PDF format.
Training must be provided for up to six persons for a minimum of 5 days at
eight hours per day and must commence within five days of the completion
of the machine installation. Training must be provided consecutively and
may only be interrupted by a normal weekend.

Documents pareils