Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2005 FBO #1326
SOLICITATION NOTICE

44 -- Laser Engraver and Cutting System

Notice Date
7/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
332212 — Hand and Edge Tool Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
F3F2AA515A100
 
Response Due
7/18/2005
 
Archive Date
8/2/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) RFQ PR # F3F2AA515A100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 and through Department of Defense Acquisition Regulation Change Notice 20050621. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 332212; Small Business Size Standard: 500 (v) (CLIN 0001) 1 EA; Minimum requirements needed: 24?x12? work area (609mm x 305mm) with 50 watt laser. Weight: 115 lbs. (52kg) Color (side panels): Yellow. USB Microsoft Windows XP Power Requirement: 600 Watts (110/220V). Venting: Air filter for processing approved materials required. Class 1 safety enclosure for CO2 laser beam. Class 3R red laser pointer. Required to be able to engrave tiny to semi-large tools. (CLIN 0002) 1 EA; Computer controlled air cleaner/cart. Controlled through a USB port and activated only when jobs are in process. Air cleaner is concealed behind drawers (no storage); air filtration eliminates smoke and dust; size: 25? W x 26?D x 30? H (625 mm x 660mm x 762mm) Weight: 95 pounds (43.2 Kg) without filters; 170 pounds (77.3 Kg) with filters installed. Locking casters, top indents to ?lock? laser unit in place. (CLIN 0003) 1 EA; Rotary Fixture; size: 26.8? W x 4.8? D x 5.3?H (680mm x122mm x134mm) weight 4.5 lbs (1.86kg maximum part diameter of up to 5.0 inches (127mm) A software interface for quick and precise layout on any material; hot swappable. A sensor to detect the presence of rotary fixture when it?s installed and adjusts automatically. High power density focusing optics: for engraving of smaller text, higher resolution graphics and vector marking and cutting of thinner lines. Mark un-coated metals, like stainless steel, without using metal marking compounds. (CLIN 0004) 1 EA; To include a ? day of training (vi) To engrave small, medium, and large tools. (vii) FOB-Destination for delivery to: 366 AMXS/389 AMU. Delivery NLT (05 Aug 2005). Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The following provisions and clauses apply to this acquisition: FAR 52.247-34 F.o.b. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; and DFARS 252.232-7003 Electronic Submission of Payment Requests, (xiii) The clause at FAR 52.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, specifically the following clauses cited, are applicable to this solicitation: DFARS 252.225-7000 Buy American Act and Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; and DFARS 252.247-7023 Transportation of Supplies by Sea. (xiiii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item, specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-3, Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim. (xvi) Numbered Notes: 1 (xvii) All quotes must be emailed to Cheryl Cannon at cheryl.cannon@mountainhome.af.mil or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 18 July 2005.
 
Place of Performance
Address: 366 AMXS/389 AMU, Moutain Home AFB ID
Zip Code: 83648
Country: USA
 
Record
SN00845199-W 20050714/050712211844 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.