SOLICITATION NOTICE
99 -- Brand name or equal requirement for a Zeiss PRISMO-Navigator 9/12/7 Coordinate Measuring Machine with options.
- Notice Date
- 8/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332212
— Hand and Edge Tool Manufacturing
- Contracting Office
- US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W9124P-09-T-0026
- Response Due
- 9/3/2009
- Archive Date
- 11/2/2009
- Point of Contact
- Jeremy Waters, 256-876-3139
- E-Mail Address
-
US Army Aviation and Missile Command (Missile)
(jeremy.m.waters@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number W9124P-09-T-0026 is being issued as a request for quote, BRAND NAME OR EQUAL, FAR 52.211-6. Offerors proposing alternative types/brands than those indicated bear the burden of proof that an item is in fact equal or better. If proposing an or equal item, the vendor must provide a written description and picture of the product. If a picture and description are not provided with the vendors proposal, it will not be considered for award. The corresponding NAICS code for this procurement is 332212. The US Army Contracting Command, AMCOM Contracting Center is soliciting quotes for the procurement of a Zeiss PRISMO-Navigator 9/12/7 Coordinate Measuring Machine with the following options: 1. Super accuracy (S-ACC) configuration 2. VAST Gold Probe Head 3. RT1-400 Rotary Table-Integrated- 16 inch diameter 4. HOLOS-NT Measure Inc. IGES-postprocessor with maintenance and support for one (1) year 5. Dimension-NT including training with maintenance and support for one (1) year 6. Gear-Pro Involute including training with maintenance and support for one (1) year 7. Gear-Pro Bevel including training with maintenance and support for one (1) year 8. Calypso Sculptured Surface Module with maintenance and support for one (1) year. The salient physical, functional, or performance characteristics that equal products must meet are: 1) lateral drive, bridge-type CMM with a stationary table and a passive vibration isolation system 2) fully integrated and microprocessor controlled 3) all axes of motion must have four-sided, low-friction bearings 4) single point and active probe scanning 5) 1-year warranty that includes maintenance and support 6) training on the operation of all features 7) system must meet all acceptance criteria after installation at the customer site and documentation and manuals must be included 8) length measuring error of 5 microns or less over a range of 1200mm IAW ISO 10360-2 on a system level and not just the CMM measurement head 9) probing error of 1 micron or less IAW ISO 10360-2 on a system level and not just the CMM measurement head 10) scanning probing error of less than 2 microns measured in less than 60 seconds IAW ISO 10360-4 on a system level and not just the CMM measurement head 11) Rotary table integrated and controlled using the CMM control software 12) CMM that can measure a part with dimensions up to X=900, Y=1200, and Z=700mm 13) Integrated Gear-Pro Involute and Gear-Pro Bevel software 14) Integrated dimensional analysis software 15) Integrated solid surface software For additional information contact the undersigned. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations Representation; Provision 52.211-6, Brand Name or Equal; Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation Commercial items; Provision 52.212-3, Offeror Representations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; and Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable to this acquisition. Other clauses may be included in the award if applicable. All responsible sources may submit a capability statement and quotation which shall be considered by the agency. In the event more than one quote is received, the following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement, price, and past performance. All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. Payment will be made via Government Purchase Card. Responses are due no later than 4:30 PM (local time), 3 September, 2009 in the contracting office, Building 5400, Room B-142, Redstone Arsenal, Alabama, 35898. Award is anticipated by 8 September, 2009 with delivery expected by 4 months thereafter. Oral communications are not acceptable in response to this notice. Electronic quotes are preferred, but fax quotes will be accepted. Responses may be submitted to: jeremy.m.waters@us.army.mil or via facsimile at 256-876-1639, marked to the attention of Jeremy Waters. Responses should include a copy of your commercial pricelist or price support along with your companys Cage Code, Taxpayer Identification number, and DUNS number. For further information regarding this solicitation or a full copy of the specification, contact Jeremy Waters via email at Jeremy.M.Waters@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH01/W9124P-09-T-0026/listing.html)
- Place of Performance
- Address: US Army Aviation and Missile Command (Missile) ATTN: CCAM-RD-L, Building 5400, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN01920511-W 20090822/090821001731-36fabe91060418e745db6017f2961911 (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 |