MODIFICATION
J -- CAD Driven 6'' reverse engineering articulating measuring arm
- Notice Date
- 8/7/2007
- Notice Type
- Modification
- NAICS
- 611420
— Computer Training
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F4A2057162A001
- Response Due
- 8/13/2007
- Archive Date
- 8/28/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and solicitation for Tyndall AFB for the following commercial items: ?BRAND NAME OR EQUAL? Item 1: Romer Infinite 6' (1.8 m) Portable CMM; Part number RC 25525-06 (Brand Name or Equal) Qty: 1/Each Item 2: Mobile Inspection Station for Romer Infinite Arm; Part number RC 33344 (Brand Name or Equal) Qty: 1/Each. If providing an ?or equal? please submit details and specifications of your product. Please review the Statement of Need for more details. Statement of Need for 6? Digital Measuring Arm with Portable Table for use on Aircraft System Components Tyndall Air Force Base, Florida System Description CAD-Driven 6? Reverse Engineering Articulating Measuring Arm to scan samples for component manufacture using a CNC Milling Machine. Arm should be mountable on a portable inspection table which shall be included. Requirement The system shall be completely portable using wireless (WiFi) communication supported by rechargeable Li-ION batteries. Arm shall be counterbalanced to zero-G?s and have an integrated USB video camera. System shall include software for basic prismatic measuring and to connect digitizer to 3D mechanical design software. A Mobile Inspection Table is also necessary for using the arm in a variety of locations away from the shop. Specifications ? Arm shall have a 6? reach ? Standard carbon fiber probes shall be included ? Must be completely portable using WiFi communication with rechargeable Li-ION batteries ? Shall have on-board self diagnostics ? Shall include software for measuring and connection to 3D mechanical design software ? Arm shall have a universal mounting system to simplify set up in a variety of applications ? Accuracy shall be +/- .001 Volumemetric Accuracy ? Mobile Inspection Table shall feature a stable granite surface plate for mounting the arm and item for measurement. Arm mounting hardware as well as component clamping set shall be included. ? Table shall be mounted on a steel cabinet on casters and have lockable storage within Additional Requirements ? Arm and table shall have a minimum warranty of 1 year. This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). North American Industrial Classification System (NAICS) code 611420 applies to this procurement. The small business size standard is: $6.5 million. This procurement is being issued as 100% Small Business Set-Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25 and Defense Change Notice 20041215. FOB: Destination for delivery to 325 OSS/OSTI, BLDG 503, Tyndall AFB, FL 32403. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. The provisions at FAR 52.212-2, Evaluation-- Commercial Items, applies to this solicitation. The clause at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer. The clause at FAR 52.247-34, F.O.B. Destination applies to this solicitation. The clause at DFAR 252.204-7004, Required Central Contractor Registration applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The clauses DFAR 252.225-7002, Qualifying Country Sources as Subcontractors and DFAR 252.232-7003, Electronic Submission of Invoices applies to this solicitation. Electronic invoicing can be accomplished through the Wide Area Work Flow at https://wawf.eb.mil. Award will be based on best value to the government with technical approval. All quotes must either be emailed to mailto:jonathan.hollis@Tyndall.af.mil or faxed to SSgt Jonathan Hollis at 850-283-3963. Quotes are required to be received no later than 4:00 PM CST, Monday, August 13, 2007.
- Place of Performance
- Address: Tyndall AFB, FL
- Zip Code: 32403
- Country: UNITED STATES
- Zip Code: 32403
- Record
- SN01364443-W 20070809/070807221011 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |