Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2014 FBO #4663
SOLICITATION NOTICE

36 -- Laser Etcher System - Solicitation Package

Notice Date
8/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N2E14184AQ01A
 
Archive Date
9/23/2014
 
Point of Contact
Ruth Graham, Phone: 6624347761, Tyler J. Wilson, Phone: 6624347762
 
E-Mail Address
ruth.graham@us.af.mil, tyler.wilson.15@us.af.mil
(ruth.graham@us.af.mil, tyler.wilson.15@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Template Statement of Need dated 27 Aug 14 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 & 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N2E14184AQ01A. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition will be a 100% Small Business set aside. The associated North American Industry Classification System (NAICS) code is 423830, Industrial Machinery and Equipment Merchant Wholesalers. The business size standard is 100 employees. Columbus Air Force Base has a need for a Laser Marking Head containing the following components: Laptop Computer, Mounting Stand, Z-axis Lab Jack, Fixturing Table, Laser Safety Goggles (4 each), Barcode Scanners, Readers & UID Verifiers, Foot Switches for Hands-Free Operation, Class I Safety Enclosures, Internal Filtration System and Writing Pro Software that is able to produce: True Type Fonts, Single Stroke Fonts, Elliptical Text, Sequential Serial Numbers, Customizable Auto-Dating, Barcodes, 2D Codes Including: Data Matrix, MaxiCode, QR-Codes and PDF417, UID Wizard, Logos, Photo Quality Images: including JPG, TIF, GIF, Corel Draw, Adobe Illustrator & CAD Files, Raster Graphics, Vector Graphics, Easy to Use Automation Interface. The following specifications are required: Focusing Diode for Focal Range Finding, Laser Controller, 60x60 mm to 254x254 mm marking area, F-Theta Focusing Lenses: 100, 163, 254 and 420 mm, and Rotary Chuck for Cylindrical Marking. Laser shall be able to prove Non-Impact marking on: All Metals, Plastics, Ceramics, Composites, Silicon. System shall provide following hardware connectivity: Digital I/O, Serial (RS-232), USB and LAN. Vender shall supply a Laser Marker System that includes: 3 years or more warranty, Substrate Marking Variability, Internal Memory Enables Repetitive Marking without PC Attached, delivery, set-up and software installation, training on the operation and maintenance of the Laser Etcher and all Material Data Safety Sheets for system, in accordance with the attached Statement of Need (SON) dated 8/8/14. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; via the SAM site at https://www.sam.gov/portal/public/SAM/; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.222-41, Service Contract Act of 1965; The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.232-7010 Levies on Contract Payments. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-7. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL CAPABILITY- All offers will be reviewed to ensure the capabilities of the laser marking head and other equipment offered will meet the needs of the Government in accordance with the Statement of Need, dated 8 August 14. Provide cut sheets of products proposed when you submit your quote. PRICE-The price proposed will be included as part of the evaluation. Award will be made in the aggregate, all or none. The Government reserves the right to award without discussions. Contact Ruth Graham, Contracting Administrator (CA), telephone (662) 424-7769, or by email: ruth.graham@us.af.mil; additional contact, Tyler Wilson, Contracting Administrator (CA), telephone (662) 434-7763, or by e-mail: tyler.wilson.15@us.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Specialist no later than 25 Aug 2014 by 4:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N2E14184AQ01A/listing.html)
 
Place of Performance
Address: 795 Lockhart Street., Bldg. 640, Columbus AFB, Mississippi, 39705, United States
Zip Code: 39705
 
Record
SN03489249-W 20140831/140829235412-a52f3af234c4a1f9f0a9a9dd837fbaaf (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.