Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

52 -- FARO ScanArm

Notice Date
9/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - New Jersey, BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-T-1086
 
Point of Contact
Trisha Fitton, Phone: 9737241936, Stephanie G Kless, Phone: 9737246671
 
E-Mail Address
trisha.a.fitton.civ@mail.mil, stephanie.g.kless.civ@mail.mil
(trisha.a.fitton.civ@mail.mil, stephanie.g.kless.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis The U.S. Army Contracting Command - New Jersey, Maneuver Ammo Center at Picatinny Arsenal, NJ 07806-5000 is issuing this combined synopsis/solicitation to purchase a FARO Laser ScanArm for NSWC IHEOTD- Picatinny Detachment. The contractor shall provide a FARO Laser ScanArm 180 days after contract award. The ScanArm is a seven-axis contact/non-contact measurement system with a fully integrated laser scanner. It enables users to collect simple point variations with the Faro ScanArm's hard probe, then laser scan sections requiring larger volumes of data. Handheld laser scanners provide a quick and effective way to inspect and reverse engineer complex parts and surfaces. In combination with the all-in-one metrology software CAM2 Measure 10, FARO ScanArm provides a complete metrology package for both contact and non-contact measurement. The type of new contract contemplated is a Firm-Fixed Price Purchase Order. This is a sole source order to FARO Technologies Inc. The Government will utilize the policies contained in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items (Supplies) and Part 13, Simplified Acquisition Procedures. The requirement will consist of one (1) purchase order with a six (6) month period of performance and no option years. Award is anticipated on or about 25 September 2012. The point of contact for this requirement is Trisha Fitton, Contract Specialist, trisha.a.fitton.civ@mail.mil and Stephanie G. Kless, Contracting Officer, stephanie.g.kless.civ@mail.mil. Applicable FSC/PSC is H952. Applicable NAICS code is 334513. Solicitation 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; a quote is being requested and a written solicitation will not be issued. Solicitation W15QKN-16-T-1086 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-58. The NAICS code for this procurement is 334513. This solicitation will be a sole source order to FARO Technologies Inc. The U.S. Army Contracting Command - New Jersey, Maneuver Ammo Center, on behalf of the NSWC IHEOTD- Picatinny Detachment, Picatinny Arsenal, NJ has a requirement for a FARO Laser ScanArm, in accordance with the attached specifications. Purchase Order CLIN's will be as follows: 0001 FARO Laser ScanArm, 1 EA, $Price Packaging and Marking Requirements 1. Commercial packaging requirements shall apply to this procurement Bar Code Requirements: 2D Bar Codes are not required 2. Detailed requirements shall NOT apply to this procurement Transportation Requirements 1. ITEM NOMENCLATURE: FARO Laser ScanArm 2. Number of items being procured and the delivery schedule. 1 FARO Edge, 9 ft (2.7m) 7 Axis 1 FARO Laser Line Probe HD for Edge 1 Geomagic Design X w/1st Yr Maint. 1 Geomagic Design X-Training Onsite 1 FaroArm Portable Folding Tripod 1 Probe Extension Kit-USB Arm 1 FARO Edge Battery 1 FaroArm Edge Battery Charger 1 Granite Rolling Cart for USB Arms 1 SuperPower User Notebook 1 Geomagic Control w/1st Yr Maint 1 Geomagic Control Delivery - 180 Days ACA 3. Destination of delivered items: NSWC IHEOTD- Picatinny Detachment Bldg 647 Bear Swamp Road Picatinny Arsenal, NJ 07806-5000 ATTN: Darren Chenong 4. Estimated weight of the item in its shipping container: Greater than 200 pounds but less than 2500 pounds 5. Security classification of the material to be shipped: Unclassified 6. Hazard Classification: Non Hazardous 7. Transportation security category for Arms, Ammunition, or Explosives (AA&E) as categorized in DoD 5100.76-M: Item is not AA&E 8. Government Furnished Property: No GFP Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1 - Instructions to Offerors - Commercial Items. Addenda to 52.212-1 Instructions to Offerors - Commercial Items Offerors shall submit a Firm Fixed Price quotes for the delivery the following no later than 180 days after contract award: Qty Item # Description 1 Each 14000-002 FARO Edge, 9 ft (2.7m), 7 Axis Edge 1 Each 15951 FARO Laser Line Probe HD for Edge 1 Each SOFT82002-OLM Geomagic Design X w/1st Yr Maintenance 1 Each TR-GEO-DX-SITE Geomagic Design X-Training - Onsite 1 Each 15532 FaroArm Portable Folding Tripod 1 Each PROBE0073 Probe Extension Kit-USB Arm 1 Each 14705 FARO Edge Battery 1 Each 14815 FaroArm Edge Battery Charger 1 Each ACCS0164 Granite Rolling Cart for USB Arms 1 Each COMPO1212X64 Super Power User Notebook 1 Each SOFT83000-OLM Geomagic Control Software 1 Each TR-GEO-CT-SITE Geomagic Control - Training Onsite (2 days up to 6 students) Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via the System for Award Management (SAM). Quoters shall also have a valid registration in SAM. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, along with the following additional clauses under FAR 52.212-5: 52.203-6, 52.204-10, 52.204-14, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-14, 52.232-16, 52.225-5, 52.232-30, 52.232-34, 52.222-17. The following additional FAR Clauses apply to this acquisition: 52.204-7, 52.204-13, and 52.247-34. The following DFARS Clauses apply to this acquisition: 252.232-7010, 252.203-7000, 252.203-7005, 252.203-7999, 252.204-7004 Alt A, 252.204-7012, 252.204-7015, 252.211-7005, 252.232-7006, 252.237-7010, 252.244-7000, 252.207-7005. The following local clauses also apply: 52.233-4000 - HQ AMC -Level Protest Program (Jan 2014) 52.232-7003 - Electronic Submission of Payment Requests and Receiving (Jun 2012) 52.246-4000 - Acceptance (Oct. 2010) (Destination) 52.246-4001 - Government Procurement Quality Assurance Actions (Oct. 2010) (Destination) 52.232-4002 - Payment (Oct. 2010) 52.000-4002 - Level 1 Anti Terrorist Awareness Training (Oct. 2010) 52.224-4001 - Disclosure of Unit price information (Oct. 2010) 52.215-4006 - General Information to Offerors or Quoters (Mar 2012) (in full text below) 52.215-4006 GENERAL INFORMATION TO OFFERORS OR QUOTERS (MAR 2012) 1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). "Fill-ins" are provided on Standard Form 18, Standard Form 33, and other solicitation documents. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001. 2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of proposals in the solicitation document. 3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either "Late Submission, Modification and Withdrawal of Bid" or "Instructions to Offerors - Competitive Acquisitions". 4. Procurement Information 0 This Procurement is unrestricted X This Procurement is 100% set-aside for FARO Technologies Inc. The applicable SIC/NAICS codes are: 334513. 5. Issuing Office U.S. Army Contracting Command - New Jersey ATTN: Trisha Fitton Office Symbol: ACC-NJ-MA Picatinny Arsenal, NJ 07806-5000 Email: trisha.a.fitton.civ@mail.mil 6. Additional Information (i.e.; In accordance with 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-___, this acquisition is restricted to the following source: ______________". 7. Point of Contact for Information: Name: Trisha Fitton Title: Contract Specialist Email: trisha.a.fitton.civ@mail.mil Phone: 973-724-1936 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm or http://farsite.hill.af.mil/VFAFARa.HTM 252.232-7006 - Wide Area Workflow Payment Instructions (a) Definitions. As used in this clause-- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice as 2-in-1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. TBD (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC TBD Issue By DoDAAC W15QKN Admin DoDAAC W15QKN Inspect By DoDAAC TBD Ship To Code TBD Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A ------------------------------------------------------------------------ (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. trisha.a.fitton.civ@mail.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Cathleen.kallistros@navy.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. CONTRACT ADMINISTRATIVE DATA Stephanie G. Kless Procuring Contracting Officer (PCO) Building 10, Picatinny Arsenal, NJ 07806-5000 Phone: (973) 724-6671 Email: Stephanie.g.kless.civ@mail.mil Trisha Fitton Contract Specialist Building 10, Picatinny Arsenal, NJ 07806-5000 Phone: (973) 724-1936 Email: trisha.a.fitton.civ@mail.mil Darren Chenong NavAir Medium Caliber Guns 25mm, Guns Engineer Picatinny Arsenal, NJ Phone: (973) 724-9156 Email: Darren.chenong@navy.mil This is a DPAS rated order in accordance with FAR 52.211-15. The rating is D0-C9. All quotes shall be submitted via email to the following point of contact: Ms. Trisha Fitton, trisha.a.fitton.civ@mail.mil. Quotes must be received No Later Than 9 September 2015, 1500 EST. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/995e0f3b6c9750371f87389b3d58b710)
 
Record
SN03866300-W 20150903/150902000235-995e0f3b6c9750371f87389b3d58b710 (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.