Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2004 FBO #0985
MODIFICATION

A -- Laser System

Notice Date
8/5/2004
 
Notice Type
Modification
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-04-T-0124
 
Response Due
7/19/2004
 
Archive Date
8/18/2004
 
Point of Contact
Robert Hixenbaugh,(937) 257-6147 x4522
 
E-Mail Address
Email your questions to robert.hixenbaugh@wpafb.af.mil
(robert.hixenbaugh@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Operational Contracting Branch (88 ABW/PKSA) of the Aeronautical Systems Center would like to procure one (1) VersaLaser Model VL-200 Laser Engraver with an Integrated Stand, Computer-Controlled Integrated Air Filtration System, and Air Assisted Back Sweep. This acquisition will include shipping and handling, installation, and initial on-site training. This is a Brand Name or Equal Acquisition. Interested parties shall submit their quotes by email to Robert Hixenbaugh of the Operational Contracting Branch (88 ABW/PKSA) of the Aeronautical Systems Center at robert.hixenbaugh@wpafb.af.mil. Quotes are due to the government NLT 1600hrs EST on 19 JULY 2004. Offerors shall make clear that their quotes are valid for a period of no less than 90 days. The Government reserves the right not to make any award. Vendors that would like to offer a bid for an equal product, most submit a technical package NLT 1600hrs on 19 JULY 2004. Technical packages, if required, shall be clear, concise, shall include sufficient detail to show how the proposed product is equal to a VersaLaser Model VL-200 Laser Engraver with an Integrated Stand, Computer- Controlled Integrated Air Filtration System, and Air Assisted Back Sweep in every aspect. Technical proposals will be emailed to robert.hixenbaugh@wpafb.af.mil. The salient characteristics for the VersaLaser Model VL-200 Laser Engraver with an Integrated Stand, Computer-Controlled Integrated Air Filtration System, and Air Assisted Back Sweep are as follows: a. Work Area: 16?x12? (406mm x 305mm). b. 25-watt laser. c. Weight: 80 lbs (36.4 grams). d. Color options for side panels: Red, Blue, Green, Yellow, and Purple. Color will be selected at time of contract award. e. Power Requirement: 1000 watts (110/220v). f. Venting: Air filter for processing approved materials required. Exterior exhaust not required for operating laser engraver. g. Class 1 safety enclosure for CO2 laser beam. Class IIIa for red laser pointer h. USB: Microsoft Windows XP i. Material based printer drivers that allow the user to send job to laser without manually inputting power and/or speed settings. j. Automatic detection and adjustments for selected options. k. Air cleaner cart includes: top mount for laser, carbon and heap filters, and automatic air cleaner system. Contractor must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423, Fax 1-703-696-0213. The website for CCR is http://www.ccr.gov. 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 combined synopsis/solicitation will be the only announcement regarding this acquisition. The NAICS Code is 334510 with a small business size standard of 500. Solicitation provision at FAR 52.212-1, Instructions to Offerors ? Commercial (Jan 2004) are hereby incorporated by reference. Award will be based upon best value to the government considering cost and technical acceptability, see FAR 52.212-2 ? Evaluation ? Commercial Items (Jan 1999). The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement, and (2) price. Technical capability is of more importance when compared to price. All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items (May 2004). Clause 52.212-4, Contract Terms and Conditions, Commercial Items (Oct 2003), is hereby incorporated by reference. The following additional FAR clauses cited in FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Jan 2004) are applicable to the acquisition: 52.211- 6, Brand Name of Equal; 52.203-6, Restrictions on Subcontractor Sales to the Government, With Alternate I; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration. The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.204-7004, Required Central Contractor Registration. Copies of all provisions and clauses, including Representations and Certifications are available at http://farsite.hill.af.mil/. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. All proposals, Representations and Certifications, and Central Contractor Registration Information are due 16:00 PM EDT on 19 July 2004 and must be submitted to Robert Hixenbaugh, 88 ABW/PKSA, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH, 45433-5309, emailed to robert.hixenbaugh@wpafb.af.mil, or faxed to (937) 257-3926. If any questions call (937) 257-6147 x4522 or call Steve Godby (937) 257-6147 x4218. Reference FA8601-04-T-0124 when submitting proposals. For more information on 04T0124--Laser System please refer to http://www.pixs.wpafb.af.mil/pixslibr/04T0124/04T0124.asp
 
Web Link
04T0124-Laser System
(http://www.pixs.wpafb.af.mil/pixslibr/04T0124/04T0124.asp)
 
Record
SN00637652-W 20040807/040805212339 (fbodaily.com)
 
Source
FedBizOpps.gov 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.