SOLICITATION NOTICE
36 -- Laser Engraver
- Notice Date
- 3/4/2025 12:01:10 PM
- Notice Type
- Solicitation
- NAICS
- 332812
— Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
- Contracting Office
- FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
- ZIP Code
- 82005-2860
- Solicitation Number
- FA461325Q0228
- Response Due
- 3/18/2025 1:00:00 PM
- Archive Date
- 04/02/2025
- Point of Contact
- Katie Nieft, Phone: 3077733321, Patrick Enriquez, Phone: 3077734751
- E-Mail Address
-
katie.nieft@us.af.mil, patrick.enriquez.4@us.af.mil
(katie.nieft@us.af.mil, patrick.enriquez.4@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation Number: FA461325Q0228 Laser Engraver This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov website as a 100% small business set-aside. The 90th Contracting Squadron at F.E. Warren AFB, Wyoming is issuing this combined solicitation, FA461325Q0228, as a Request for Quote. The North American Industrial Classification System (NAICS) code for this procurement is 332812, Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers, with a small business standard of 600 employees. The Government intends to award a Firm Fixed-Price contract. DESCRIPTION OF ITEMS: Brand Name or Equal to Epilog Fusion PRO 36 Dual Source 100-Watt CO2 50-Watt Fiber Laser CLIN STRUCTURE: CLIN 0001: Epilog Fusion PRO 36 Dual Source 100-Watt CO2 50-Watt Fiber Laser Estimated Delivery Date: 60 Days After Date of Contract (ADC) Quantity: 1 Unit of Issue: Lot Unit Price: $ ___________ Extended (Unit) Price: $ ___________ CLIN 0002: Installation Estimated Delivery Date: 60 Days After Date of Contract (ADC) Quantity: 1 Unit of Issue: Lot Unit Price: $ ___________ Extended (Unit) Price: $ ___________ CLIN 0003: Training Estimated Delivery Date: 60 Days After Date of Contract (ADC) Quantity: 1 Unit of Issue: Lot Unit Price: $ ___________ Extended (Unit) Price: $ ___________ CLIN 0004: PhotoLaser Plus Advanced Software Estimated Delivery Date: 60 Days After Date of Contract (ADC) Quantity: 1 Unit of Issue: Lot Unit Price: $ ___________ Extended (Unit) Price: $ ___________ Pricing includes ALL costs, direct and indirect, to complete the requirements in accordance with this solicitation. ATTACHMENT LIST: Attachment 1 - Offeror Response Form Attachment 2 - Pricing and Schedule Attachment 3 � Salient Characteristics Attachment 4 � NAF Provisions and Clauses PLACE OF DELIVERY FOR ALL CLINs: Francis E. Warren AFB, WY 82005 QUESTIONS: Questions MUST be received by 2PM Mountain Time on Tuesday, March 11, 2025. All questions must be submitted by email to katie.nieft@us.af.mil AND patrick.enriquez.4@us.af.mil. RESPONSES/QUOTES: Responses/quotes MUST be received by 2PM Mountain Time on Monday, March 18, 2025. Forward responses by e-mail to katie.nieft@us.af.mil AND patrick.enriquez.4@us.af.mil. Offerors MUST be registered with System for Award Management (SAM) at time of submission of quote. Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and may not be considered. OTHER INFORMATION: Offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. This is a notice that this order is an open market requirement for an Epilog Fusion PRO 36 Dual Source 100-Watt CO2 50-Watt Fiber Laser and posted in SAM.gov. Only quotes submitted by businesses holding NAICS Code 332812 may be accepted by the Government. Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors. INSTRUCTIONS TO OFFERORS: After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. The term �offeror� or �offer� shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable. Quote shall not exceed five (5) pages. Any pages exceeding 5 pages will not be evaluated. Quote shall include CAGE, Unique Entity Identifier, Point of Contact, Socioeconomic Categories and Email Address. Quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: Completed Copy of Attachment 1 � Offeror Response Form Completed Copy of Attachment 2 - Pricing and Schedule Firm Fixed Pricing to include Unit Price and Extended Price. Price must include ALL materials, labor, tools, equipment, shipping, ALL direct/ indirect costs to complete the requirement Discount Terms (if applicable) EVALUATION: Award will be made to the offeror with the lowest priced technically acceptable (LPTA) quote. The following factor(s) shall be used to evaluate offers: 1. Technical Capability: items meet the Government requirement/specifications listed in the description. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive. 2. Price: The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government�s best interest to do so. Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/327b283bddee4faf90ae03b9e598970f/view)
- Place of Performance
- Address: FE Warren AFB, WY 82005, USA
- Zip Code: 82005
- Country: USA
- Zip Code: 82005
- Record
- SN07360458-F 20250306/250304230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |