Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2006 FBO #1763
SOLICITATION NOTICE

99 -- Vinyl Plotter, Thermal Transfer printer and Omega Software 2.5.1

Notice Date
9/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
333313 — Office Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2XTB96243A100
 
Response Due
9/26/2006
 
Archive Date
10/11/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Purchase Request number is F2XTB9624A400 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 (19 Apr 2006) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20060412. It is the offerors responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase of the following items: The type of contract is firm fixed price. This requirement is being advertised as an unrestricted aquisition. Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. Offerors? pricing must be valid through 30 September 2006. The 42nd Contracting Squadron at Maxwell AFB, AL requests proposals to provide the following items: Item 0000: -- 15? PLOTTER, TABLETOP SPROCKET-FEED PLOTTER, PRECISION MATERIAL DRIVE, AUTOMATIC TOOL SETTINGS, MATERIAL PAUSE, VIEW AND RECOVERY, CUT POINCE AND PEN FUNCTIONS APPLICATIONS: CUTTING GERBER EDGE OUTPUT, TEXT INTENSIVE SIGNS, PRECISION CUT, TIME-SENSITIVE SHORT-RUN GRAPHICS WIDTH: 15" (381 mm) - ACTIVE CUTTING WIDTH: 13.25" (337 mm) - MAXIMUM MEDIA THICKNESS: .045" (1.1 mm) - DRIVE TECHNOLOGY: SPROCKET-FEED CUTTING TECHNOLOGY: SWIVEL KNIFE MECHANCIAL RESOLUTION: 0.0002" - KNIFE OPTIONS: 30, 45, 60 DEGREES - MAXIMUM ON-AXIS SPEED: 36 ips - MAXIMUM DIAGONAL SPEED: 50 ips - ACCELERATION: 3G - KNIFE CYCLE SPEED: 40 UP/DOWN CYCLES PER SECOND - CUTTTING PRESSURE RANGE: 0.0 OZ - 16 OZ - INTERFACE: 250 KILOBYTES - INPUT BUFFER: 250 KILOBYTES - STAND: DESKTOP - DIMEMSIONS: 29"L X 11" W X 14" H - WEIGHT: 60 LBS - POWER REQUIREMENTS 100-230 VOLTS 47/63 Hz - SOFTWARE COMMAND SET: GSP-GL OR HP-GL/S SUBSET - VECTOR LOOK AHEAD: YES - CURVE & ARC SMOOTHING: YES - TEST PLOT POSSIBILITY: YES - TEST CUT POSSIBILITY: YES 1 Each 0001 -- THERMAL TRANSFER PRINTER, PRINT RESOLUTION: 300 OR 600 dpi ON MATERIAL AXIS 300 dpi ON HEAD AXIS - BASE SPEED @ 300 dpi: UP TO 60" PER MINUTE PER COLOR - 1 COLOR: 290 ft2/hr - 4 COLOR: 60 ft2/hr - MEDIA FEED: PATENTED SPROCKET FEED - MEDIA WIDTH: 15" PUNCHED MEDIA - MAX PRINT WIDTH: 11.8" - MAX PRINT LENGTH: LARGEST PANELED PRINT SIZE LIMITED ONLY BY COMPUTER RESOURCES & LENGTH OF CONSUMABLES - FOIL MONITORING SYSTEM: RADIO FREQUENCY IDENTIFICATION - IMAGING FOILS: GERBERCOLOR FX FOIL FAMILY & CADDY - MATERIALS/SUBSTRATES: EDGE READY MATERIALS CONSISTING OF CAST & CALENDERED VINYL, MAGNET REFLECTIVE, TEMPORARY/CHANGEABLE FILMS, LEXAN-BASED FILMS, POLYESTER LABELS COLOR TYPES & STANDARDS: SPOT, PROCESS, TRANSPARENT, MEDAL, LT HEAT TRANSFER, SPECIAL EFFECTS & FINISHING SERIES OUTDOOR DURABILITY: 3 TO 5 YEARS WITHOUT LAMINATION IN MOST APPLICATIONS CONNECTIVITY: ETHERNET TCP/IP - PRINTER DIMENSIONS: 36" W X 18" H X 17" D - PACKAGE WEIGHT: 110 LBS - POWER: 100-240 VAC +/- 10% - OPERATING TEMPERATURE: 50 - 90 DEGREES F - OPERATING HUMIDITY: 20-90% RELATIVE HUMIDITY, NONCONDENSING APPLICATION STANDARDS: UL, CE, DSA, FCC -- INCLUDED ACCESSORIES: POWER CABLE, CAT 5 CROSS-OVER ETHERNET CABLE, THERMAL PRINT HEAD KIT, TWO 10 AMP FUSES, REPLACEMENT FOIL SQUEEGEE, TWO REPLACEMENT MATERAL SQUEEGEES, 3M SCOTCHCAL 220 SERIES WHITE FILM, 10 YARD ROLL, FOIL CADDY, GERBERCOLOR FX FOIL INSERT-SPOT RASPBERRY 15 METER ROLL & ROLL HOLDER. 1Each 0002 GERBER OMEGA GRAPHICS DESIGN & PRODUCTION SOFTWARE VERSION 2.5.1 OR LATER (1 SET) 1 Each The North American Industrial Classification System Code is 336112 with a small business size standard of 1000 people. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2005) and 52.215-5, Facsimile Proposals (Jun 2006) applies to this acquisition. Submit signed and dated quotes on company letterhead. The Government will make an award to the lowest priced, responsible contractor whose quote conforms to the solicitation. The contractor MUST be registered in the Central Contractor Registration database and Wide Area Workflow. Offerors MUST be registered in the Online Representations and Certifications system at http://orca.bpn.gov and provide a completed DFARS 252.225-7001, Buy American Act-Balance of Payment Program Certificate (Jun 2005) with the quote. Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2006). The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S. (Feb 2006); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); and 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004);. The following DFARS clauses are hereby incorporate into this solicitation: 252.204-7004, Required Central Contractor Registration (Nov 2001); 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Jun 2005); DFARS 252.204-7004, Alternate A (Apr 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations and 5352.201-9101, Ombudsman (Aug 2005) applies. The following Maxwell AFB clauses are hereby incorporated into this solicitation: Maxwell 45 Required Insurance (September 2000); Maxwell 114, Required Posters (February 2003); Maxwell 119 WAWF-Electronic Submission of Invoice (May 2006). The Defense Priorities and Allocations System rating is C9E. A due date for offers will be 4 P.M., central time, 26 September 2006. Offers may be mailed to 42nd Contracting Squadron, 50 Lemay Plaza South, The point of contact (POC) for this request is TSgt Derrick Percival who can be contacted by the following mail: 42nd Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334; Fax: (334) 953-3341; Phone: (334) 953-6218; email: derrick.percival@maxwell.af.mil.
 
Place of Performance
Address: 908th Airlift Wing, 225 W Ash Street, Maxwell AFB, AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01152014-W 20060924/060922220632 (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.