Massachusetts Bids > Bid Detail

RFI - Nylon Fiber Cutter

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159511451826305
Posted Date: Apr 19, 2024
Due Date: May 3, 2024
Solicitation No: RFI-NylonFiberCutter
Source: https://sam.gov/opp/8ffb0f1700...
Follow
RFI - Nylon Fiber Cutter
Active
Contract Opportunity
Notice ID
RFI-NylonFiberCutter
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 19, 2024 04:18 pm EDT
  • Original Response Date: May 03, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3695 - MISCELLANEOUS SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 423830 - Industrial Machinery and Equipment Merchant Wholesalers
  • Place of Performance:
    Natick , MA 01760
    USA
Description

This is a request for information (RFI) only for a fiber cutter.



Requested Information



The Distinctive Material Solutions Team (DEVCOM-SC) is conducting a market survey to identify sources who could supply a Fiber Cutter, capable of cutting nylon 6,6 bundle denier 50,000 at 5mm staple length fibers at a max speed of 165 meters per minute.



Specifically, DMST is requesting information on commercially available equipment that will meet the following requirements:




  • Technical Specifications:

    • Maximum Capacity: The machine’s maximum capacity is 750,000 total denier @ 19.0mm

    • Blade exposure at 19mm

    • Maximum Speed: 165 meters per minute

    • Motor/Drive: 5HP (3.68kw) Variable Frequency Drive

    • Energy efficient, motor mounted on cutter

    • Cutter Control Console mounted on cutter

    • Dynamic braking

    • Double Reduction Belt driven

    • Voltage: 220/440V, 3Ph, 60Hz or 200/400V, 3Ph, 50Hz (please specify)

    • Controls/Operator functions include:

      • Start Push Button

      • Stop Push Button

      • Run/Jog Selector Switch

      • Speed Control Potentiometer

      • Speed Meter (m/min)

      • E-stop push/pull button

      • Presser Wheel In/Out Selector Switch

      • Tension On/Off

      • Power On Lamp



    • Tow Height: 1,219 mm

    • Process direction: Right-to-Left or Left to Right (please confirm)

    • Integrated Disc Brake for tension control

    • 254mm diameter pneumatically operated presser wheel

    • Swing away trumpet guide for precise tow containment

    • Drawbar design is incorporated for simplified, single operator Cutter Reel attachment

    • Swing-open front and rear reel guards electronically interlock for safety

    • Carbon steel construction with powder coat protective finish







The following specific information is requested from potential sources:




  • Brand name and model number

  • Product/item features/description to include the following performance characteristics:

    • Technical Specifications from above

    • Speed Limits

    • Suitability for use with which thermoplastic polymers (nylon 6:6)

    • Controller features

    • Safety and Environmental features



  • Product/item specifications to include:

    • Overall Dimensions

    • Overall Weight

    • Power requirements

    • Other utility (e.g., gas, water, air) requirements







Sources may submit product brochures, pictures, and other product literature. Also include the following information for both equipment systems:




  • 2024 Price list with options

  • Production lead time and estimated delivery time

  • Shipping terms (e.g., FOB Destination)

  • Installation services (start-up, training)

  • Warranty period and pertinent information

  • Spare Parts availability time (e.g., 2-8 weeks)

  • Emergency service and/or maintenance information



Point of Contact (POC)



Interested parties shall submit information in response to this RFI to:



Mr. Corey Hauver, Corey.d.hauver.civ@army.mil





U.S. Army DEVCOM-SC



ATTN: SPD/PSD/Distinctive Material Solutions Branch (Corey Hauver)



RDNS-SPD-PSD



15 General Greene Avenue



Natick, MA 01760-5020





Questions concerning this RFI may be addressed by contacting:





Mr. Corey Hauver



Branch Chief



corey.d.hauver.civ@army.mil





Responses shall be received NLT COB 03 MAY 2024. Documents may be submitted hardcopy and/or electronic in Microsoft Word, Excel, Power Point, and/or Adobe Professional format and provided on compact disk (CD) or emailed to POC (above). No telephonic responses to this RFI will be considered.



Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number.





Additional Information





All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors having products that they believe would be suitable for military decontamination operations as described herein shall submit all supporting documentation requested by this RFI to the POC noted above.





Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY





This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned.





Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the SAM.gov website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject.


Attachments/Links
Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 19, 2024 04:18 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >