Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2012 FBO #4043
SOURCES SOUGHT

34 -- Laser Engraving System

Notice Date
12/17/2012
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-13-R-0031
 
Response Due
1/18/2013
 
Archive Date
2/15/2013
 
Point of Contact
Mark Stevens, 309-782-2082
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(mark.d.stevens@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE for a commercial off the shelf laser engraving system. The U.S. Army Army Contracting Command - Rock Island, is conducting a market survey to identify companies and determine possible sources for a commercial off the shelf laser engraving system. The following is being provided for planning purposes in response to this sources sought notice. The laser engraving system shall be capable of meeting the following performance requirements: 1)Engrave into aluminum 7075 T6 coated with a black anodize protective finish ranging in thickness from 0.001 to 0.005 inches. 2)Erase/remove nomenclature by engraving an oval, rectangular, or rounded area of approximately 0.5 square inches (cumulative area) to a depth of 0.005. 3)Engrave multiple font types IAW MIL-STD-130. 4)Engrave nomenclature over the previously erased/removed areas (approximately (7) characters with height ranging from 0.090 to 0.100 inches and depth of approximately 0.005 inches). 5)Hold tolerances ranging from -0.000 to +0.010 inches. 6)Provide capability to mount a fixture for holding an irregularly shaped unit approximately 4 quote mark x 8 quote mark x 2 quote mark in size 7)Provide a removable fixture capable of holding an irregularly shaped unit approximately 4 quote mark x 8 quote mark x 2 quote mark in size with the areas to be engraved on each 4 quote mark x 8 quote mark face. 8)Translate in X, Y, Z directions in order to properly focus laser to the prescribed engraving depth while also translating in such motion to cleanly engrave/remove material for work space. 9)Provide self-focusing in the Z direction or provide a visual means for the user to focus laser in order to ensure proper focal length. 10)Meet a minimum throughput of 8,000 units per month. 11)Delivery of all units must be made on the same day. The laser engraving system shall meet the following physical characteristics: 1)The system shall not exceed a height, width, and depth of 36 quote mark x 48 quote mark x 30 quote mark. 2)The system shall incorporate a durable, re-usable protective container for transportation. 3)The protective case shall not exceed a height, width, and depth of 48 quote mark x 60 quote mark x 48 quote mark and shall contain/incorporate carrying handles to allow four (4) persons to move the system contained within. 4)The system shall not exceed 300 lbs (without case) and 350 lbs (while inside case). 5)The system shall contain/incorporate carrying handles to allow four (4) persons to lift the system from the floor to table-top. 6)The system shall provide a stand-alone fume/particulate extraction system. 7)The system shall be classified as a Class I/II laser system. Response: Interested responsible firms should submit information, literature/brochures not exceeding twenty (20) pages describing their commercial off the shelf laser engraving system. Submitted information should address, at a minimum: a) the performance and physical characteristics described above; b) additional characteristics unique to the system; c) lead time to deliver units (from date of contract award); d) warranty information; e) description of product/field support offered after requisition; f) description of offerors quality assurance plan including certification or compliance to ISO 9001:2008 (or equivalent); and the following: 1)Describe the maintenance associated with the system, including frequency and associated down-time. 2)Describe any training materials or resources provided and the estimated amount of time needed for a user to become trained in operating the system. 3)Describe the interface used to program the laser. If a PC is used, indicate the method of connection to the laser and if the PC is provided. 4)Describe the power/wattage of the system. 5)Include a Rough Order of Magnitude (ROM) unit price estimate for the following ranges 1 - 4; 4 - 8. The ROM will be used for planning purposes only. Any pricing data should be sent at no cost to the US Government. 6)Describe the container used for transporting the engraving system. Vendor Questionnaire: In addition to the above, the following questionnaire is to obtain information from industry to further assist in market research. Vendors are encouraged to be as specific as possible and to support their answers with test data if available. 1.Company Name 2.Company Address 3.Company Website 4.Company Point of Contact and Phone Number 5.Type of Business (Small Business, Large Business, 8a Small Business, Hub zone Small Business, or Service Disabled Veteran Small Business) and Number of Employees 6.CAGE code, and DUNS Number 7.The North American Industry Classification System (NAICS) code for this effort is 332994 with a small business standard of 1,000 employees. Based on this information, is your business considered a small business? 8.Commerciality: a. ( ) Our product as described above has been sold, leased, or licensed to the general public b. ( ) Our product as described above has been sold in substantial quantities on a competitive basis to multiple state and local governments. The development of the product was done exclusively at private expense. c. ( ) None of the above applies. Explain. 9.Location of where primary work will be performed (if more than one location please indicate the percentage for each location). 10.Major partners or suppliers. 11.Identify existing facilities, equipment, and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 12.Please provide any additional comments. Please submit requested information and answers no later than January 18, 2013 to the U.S. Army Contracting Command - Rock Island, ATTN: CCRC-AF, Mr. Mark Stevens, 1 Rock Island Arsenal, Rock Island, IL 61299. It is preferred submissions be sent electronically to Mr. Mark Stevens or Mr. Randy Slusser at Email: mark.d.stevens.civ@mail.mil or randall.c.slusser.civ@mail.mil. This market survey is for information and planning purposes only and does not constitute a Request for Proposal (RFP). This Market Survey is not to be construed as a commitment by the US Government or otherwise pay for information solicited. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. Respondents will not be notified of the results of this survey or results of information submitted. Any hardcopy information provided will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/11cbcf0ec26a9bcd47dd1eac501d66c7)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02950612-W 20121219/121217234717-11cbcf0ec26a9bcd47dd1eac501d66c7 (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 |
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.