SOLICITATION NOTICE
66 -- Articulated Arm
- Notice Date
- 3/9/2018
- 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 Air Force, Air Combat Command, 49 CONS, 490 First Street, Building 29 Suite 2111, Holloman AFB, New Mexico, 88330-7908, United States
- ZIP Code
- 88330-7908
- Solicitation Number
- FA4801-18-Q-1025
- Archive Date
- 3/30/2018
- Point of Contact
- Katherine R. Miller, Phone: 5755725299, Robert Widdoss, Phone: 575-572-3575
- E-Mail Address
-
katherine.miller.18@us.af.mil, robert.widdoss.1@us.af.mil
(katherine.miller.18@us.af.mil, robert.widdoss.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR s ubpart 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. The solicitation FA4801-18-Q-1025 is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is for full and open competition. The anticipated award will be a firm -f ixed -p rice c ontract, the award will be made based on the lowest price d, technically acceptable offer received. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2005-9 6, 06 November 2017. P rovisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The North American Industry Classification System (NAICS) code is 334513. The small business size standard for this code is 750 employees. CLIN 0001 (Qty 1 EA) - portable Articulated Arm Coordinate Measuring Machine (AACMM) with integrated Laser Scanner that meets the following requirements: High accuracy arm with seven axis (joints) of movement that includes the following physical, functional, or performance characteristics to be acceptable: - Single Point Repeatability of 0.002 inches - Fully integrated scanner designed to capture 3D point data across a range of surface types. It must not require any calibrations, warm-up time or additional cables and controllers and be able to capture 500,000 points per second or greater with a scanning system accuracy of 0.0033 inches - Counterbalance System to minimize torque in the base of the arm, allowing effortless user movement, greater accuracy and a variety of mounting options, including lightweight tripods and magnetic and vacuum bases - Lock mechanism to lock the arm safely in the rest position when not in use, or conveniently fix the arm in any intermediate position during measurement - Automatic Probe Recognition to enable to swap probes at any time without the need to recalibrate - 3 mm, 6 mm Ruby or Zircon Ball Probes - Calibration Kit - Wireless scanning capability - Magnetic base with mounting ring - Tracker Ball Probe-Male TKJ Connector - Full Certification ISO 10360-12:2016 (Standard that pertains to the performance evaluation of Articulated Arm Coordinate Measuring Machines) - Travel case and dust cover CLIN 0002 (Qty 1 EA) - Industrial CAD based 3D metrology software to control tool or part dimensions, diagnose and prevent manufacturing and assembly issues, guide assembly building through real-time measurements, reverse engineer parts, and oversee the quality of assembled products by using non-contact point cloud digitizers and single-point contact-based probing devices. Dimensions must be able to be extracted from measured point clouds, polygonal models built from point clouds, or probed points. Nominal dimensions must also be extracted from a CAD model or a reference measured part. It must allow the integration of all manually-operated and numerically-controlled point cloud digitizing and single-point probing 3D measurement technologies within a common framework to include full CAD 3D modeling capabilities within the software package. CLIN 0003 (Qty 1 EA) - One week Industrial 3D metrology software training and arm operator training on-site for seven operators CLIN 0004 (Qty 1 EA) - Arm Installation, setup, and familiarization CLIN 0005 (Qty 1 EA) - Laptop computer that supports Articulated Arm Coordinate Measuring Machine system and Advanced Modeling Software system CLIN 0006 (Qty 1 EA) - Three year warranty plan that includes: yearly calibration. Replacement or repair, free of charge, any part or parts which upon examination are found to be defective in workmanship or material. Unlimited telephone technical support during warranty period. Provide loaner Articulated Arm when warrantied Articulated Arm is away for repairs, calibration, or certification. CLIN 0007 (Qty 1 EA) - Operator's manual CLIN 0008 (Qty 1 EA) - Software license CLIN 0009 (Qty 1 EA) -Magnetic mount for CMM Reference the attached Statement of Work (SOW) for detailed performance requirements. Services non-personal. Contractor provide personnel, labor, tools, materials, and equipment necessary to perform in accordance with the attached statement of work. All items shall be delivered FOB Destination to Holloman AFB, NM 88330. PROVISIONS/CLAUSES: The following FAR provisions and clauses are applicable to this solicitation: The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2017) applies to this acquisition. The following addenda are provided to this provision: Quotes submitted shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting; (Jul 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance; (Jul 2016) FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (AUG 2013); FAR 52.212-4 Contract terms and conditions-Commercial Items (Jan 2017); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (Nov 2017); FAR 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.232-23 Assignment of Claims FAR 52.232-40 Providing Accelerated Payments to Small Business subcontractors The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; (Nov 2011) DFARS 252.204-7004 Alt A System for Award Management DFARS 252.204-7011, Alternative Line Item Structure; (Sep 2011) DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; (Oct 2016) DFARS 252.211-7003, Item Unique Identification and Valuation, DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; (Dec 2016) DFARS 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate DFARS 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; (Jun 2012) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; (May 2013) DFARS 252.232-7010, Levies on Contract Payments; (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items; (Jun 2013) The following AFFARS provisions and clauses are applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman. (Jun 2016) DFARS 252.232-7006, WAWF Payment Instructions (May 2013) 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 and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (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 F87700 Issue By DoDAAC FA4801 Admin DoDAAC FA4801 Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (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 e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Receiver/COR: N/A Buyer: katherine.miller.18@us.af.mil Contracting Officer: robert.widdoss.1@us.af.mil Additional Contact: N/A (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. See Buyer Above __ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) HAFB 007 - NEW MEXICO GROSS RECEIPTS TAX (NMGRT ) Holloman AFB Special Instructions (May 2012) •a. The State of New Mexico assesses a Gross Receipts Tax for firms conducting business operation within the State without regard to the location of entity. You are advised that services and all construction materials and the associated services are taxable to governmental entities for gross receipts purposes. Any proposals/bids received will be presumed to include this cost of business and any request for adjustment or proposed/bid prices as a mistake in proposal/bid either before or after award of a contract will not be considered. •b. The tax rate applicable to a particular contractor (for work completed on Holloman Air Force Base) is based on the type of work performed and place of business (Out-of-State companies versus NM companies). New Mexico Taxation and Revenue Department publication FYI-200, Your business Location and the Appropriate Tax Rate, explains the methods of determining the business location and the applicable tax rate, and is available on the Internet at http://www.tax.newmexico.gov. Search for Gross Receipts... and select "Taxation and Revenue, Gross Receipts Taxes" when it's displayed or click the link for All Taxes and follow the Gross Receipts Tax links. •c. Appropriate tax and registration forms are available at the web site above. •d. Offerors/bidders are expected to be knowledgeable of the Gross Receipts and Compensating Tax Act for the State of New Mexico. Further information may be obtained from: State of New Mexico Taxation and Revenue Department 2540 El Paseo Bldg. #2 PO Box 607 Las Cruces, NM 88004 Phone # (575) 528-6152 End of HAFB 007 Instructions Objective: Invitation to quote price for commercial items. The 49th Contracting Squadron is interested in possibly purchasing commercial items from your company. Please quote your unit price together with your discount for volume purchasing. You MUST also indicate: - Delivery time from receipt of our purchase order to receipt of your shipment; this time frame will be a condition of any purchase order made. - If delivery costs are not included in your quote please state clearly otherwise we will assume they are included and cost will not be added to contract. All price quotations must be firm and state any expiration dates if applicable. This document and any applicable attachments must be returned to Government Point of Contact. Please sign the below as confirmation of your understanding of the terms and conditions outlined above. Name Title Signature Date Points Of Contact Contract Administrator: Katherine R. Miller, SrA, USAF, Phone: (575) 572-5299, e-mail katherine.miller.18@us.af.mil Contracting officer: Robert J. Widdoss, GS-12, DAF, Phone: 575-572-3575, e-mail robert.widdoss.1@us.af.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. Questions in regards to this solicitation are due no later than 1600 (04:00 p.m.) Mountain Time by 13 March 2018. Response Time- Request for Quotation will be accepted at the 49 th Contracting Squadron, 490 First St. Ste. 2111, Holloman AFB, NM 88330 or by email to both point of contacts listed above not later than 1000 (10:00 a.m.) Mountain Time on 15 March 2018. All quotes must be marked with RFQ number and title as well as the following information: Offeror Name: Offeror Address: Offeror Point of Contact: POC Phone: POC Email: Vendor Code: Cage / DUNS Statement of Work Articulated Arm Coordinate Measuring Machine With Integrated Scanner For 846th Test Squadron In Support of Sheet Metal Shop TGTOHS 1.0 PURPOSE The 846th Test Squadron Sheet Metal Shop TGTOHS located in Building 1178, Holloman AFB, NM, is in need of a new portable Articulated Arm Coordinate Measuring Machine (AACMM) with Integrated Scanner to replace the existing one that is 12 years old and cannot maintain the level of accuracy needed in order to fabricate the new generation of hypersonic test sleds. The addition of Integrated Scanner to the AACMM will enable point-cloud inspection which is a set of data points in a coordinate system, usually defined by X, Y, and Z coordinates, and are intended to represent the external surface of an object. This capability will enable the shop to quickly and accurately inspect the fabricated parts of the test sleds and ensure that they meet required engineering standards. 2.0 SCOPE The Contractor shall provide a portable Articulated Arm Coordinate Measuring Machine (AACMM) with integrated Laser Scanner that meets the following requirements: 1) High Accuracy Arm with seven axis (joints) of movement that includes the following: a. Single Point Repeatability of 0.002 inches. b. Fully integrated scanner designed to capture 3D point data across a range of surface types. It must not require any calibrations, warm-up time or additional cables and controllers and be able to capture 500,000 points per second or greater with a scanning system accuracy of 0.0033 inches. c. Counterbalance System to minimize torque in the base of the arm, allowing effortless user movement, greater accuracy and a variety of mounting options, including lightweight tripods and magnetic and vacuum bases. d. Lock mechanism to lock the arm safely in the rest position when not in use, or conveniently fix the arm in any intermediate position during measurement. e. Automatic Probe Recognition to enable to swap probes at any time without the need to recalibrate. f. 3 mm and 6 mm Ruby or Zircon Ball Probes. g. Calibration Kit. h. Wireless scanning capability. i. Magnetic base with mounting ring. j. Full Certification ISO 10360-12:2016 (Standard that pertains to the performance evaluation of Articulated Arm Coordinate Measuring Machines) k. Travel Case and Dust Cover. 2) Industrial CAD based 3D metrology software to control tool or part dimensions, diagnose and prevent manufacturing and assembly issues, guide assembly building through real-time measurements, reverse engineer parts, and oversee the quality of assembled products by using non-contact point cloud digitizers and single-point contact-based probing devices. Dimensions must be able to be extracted from measured point clouds, polygonal models built from point clouds, or probed points. Nominal dimensions must also be extracted from a CAD model or a reference measured part. It must allow the integration of all manually-operated and numerically-controlled point cloud digitizing and single-point probing 3D measurement technologies within a common framework to include full CAD 3D modeling capabilities within the software package. 3) One week Industrial 3D metrology software training and arm operator training on site for seven operators. 4) Arm Installation, Setup, and Familiarization 5) Laptop computer that supports Articulated Arm Coordinate Measuring Machine system and Advanced Modeling Software system. 6) Three year Warranty Plan that includes: a. Yearly calibration. b. Replacement or repair, free of charge, any part or parts which upon examination are found to be defective in workmanship or material. c. Unlimited telephone technical support during warranty period. d. Provide loaner Articulated Arm when warrantied Articulated Arm is away for repairs, calibration, or certification. 7) Operator's Manual. 8) Software License. 3.0 MILESTONES The Articulated Arm Coordinate Measuring Machine (AACMM) with Integrated Laser Scanner shall be delivered by 1 Mar 2018. 4.0 DELIVERABLES 4.1 Deliver an Articulated Arm Coordinate Measuring Machine (AACMM) with Integrated Laser Scanner that meets the minimum requirements listed in section 2.0. 5.0 GENERAL CONSIDERATIONS 5.1 PERIOD OF PERFORMANCE This is a short term project the period of performance shall be approximately 30 days from Authority to Proceed (ATP). 5.2 GOVERNMENT FURNISHED EQUIPMENT (GFE) The Government will not provide any equipment in support of contractor efforts. 5.3 PLACE OF PERFORMANCE The Articulated Arm Coordinate Measuring Machine (AACMM) with Integrated Scanner shall be delivered to Building 1178, Holloman AFB, NM 88330. 5.4 CONTRACTOR IDENTIFICATION Contractor personnel must identify themselves as contractors during meetings, telephone conversations, in electronic messages or correspondence related to this contract. 5.5 CONTRACTOR FURNISHED ITEMS AND SERVICES The contractor shall furnish all personnel, equipment, tools, materials, supervision, and other items and non-personal services, necessary to perform the work defined in this SOW. 6.0 CONTRACT ADMINISTRATION: 6.1 HOURS OF OPERATION The Government's regular hours of operation are between the hours of 7:30 AM to 4:00 PM Monday through Friday, except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government-directed facility closings.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/FA4801-18-Q-1025/listing.html)
- Place of Performance
- Address: Holloman AFB, Holloman AFB, New Mexico, 88330, United States
- Zip Code: 88330
- Zip Code: 88330
- Record
- SN04849724-W 20180311/180309231242-7ce9a0d6cf5ce8c13b3a6462ff30a43f (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 |