Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOLICITATION NOTICE

52 -- Hexagon Laser Scanner - RFQ

Notice Date
5/24/2017
 
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 Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA930117PS006
 
Archive Date
7/11/2017
 
Point of Contact
Joshua Cain, Phone: 6612778356, Leonard J. Buckless, Phone: 6612773238
 
E-Mail Address
joshua.cain.2@us.af.mil, leonard.buckless.1@us.af.mil
(joshua.cain.2@us.af.mil, leonard.buckless.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is a FFP Lowest Price Technically Acceptable Type Contract. Solicitation number: FA930117PS006 This is a combined synopsis/solicitation for a non-personal service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ). This solicitation also uses the simplified acquisition procedures contained in FAR Part 13. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARs Change Notice (DPN) 20161222, AFFARS (AFAC) 2017-0127. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest priced, technically acceptable. NAICS is 334513 with a Small Business size standard of 750 employees. FSC/SVC code is 5210. AFTC/PZIOA, Edwards AFB, CA is seeking to acquire a Brand Name or Equal purchase to the following items: - Hexagon Laser Scanner: Hexagon Metrology 7.10.7 shop floor coordinate measuring machine (CMM) system. - Romer Absolute Scanning & Probing Solution This is the request for quotation (RFQ). Award will be made to the lowest price, technically acceptable offer. This is an "All or None" acquisition; incomplete quotes will not be considered. Interested parties who believe they can meet all the requirements for the supplies described in this synopsis are invited to submit in writing a complete quote including a 30 day from date of award delivery schedule with FOB destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Include all manufacturer certifications. The following factors will be used to evaluate offerors: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; and best overall value to the government. Award will be made to the lowest price, technically acceptable responsible offeror. In order to submit a complete package, vendors must submit quote with CAGE Code or DUNS Number. Interested contractors can access the clauses by internet URL: http://farsite.hill.af.mil/. Online representations and certifications (FAR and DFARS clauses) must be complete in System Award Management (SAM). SAM can be accessed via URL: www.sam.gov. CLIN Structure is as follows: CLIN, ITEM, QTY, UNIT 0001, Hexagon Metrology 7.10.7 CMM, QTY 1, EACH, 0002, Romer Absolute Scanning & Probing Solution, QTY 1, EACH, 0003, Annual Training, QTY 5 years, starting from date of Award 0004, Software Maintenance Agreement, QTY 5 years, starting from date of Award 0005, CMM Maintenance Agreement QTY 5 years, starting from date of Award Annual Training, Software Maintenance Agreement, and CMM Maintenance Agreement will be invoiced all at one time resulting in 5 total years of coverage from date of award. Description of items to be acquired BRAND NAME OR EQUAL TO: a) 1 each Hexagon Laser Scanner: Hexagon Metrology 7.10.7 shop floor coordinate measuring machine (CMM) system to be comprised of: - 7.10.7 Shop Floor CMM - PC-DMIS CAD++ and Autopath - HH-A Probe Head - 3 Additional HP-TM Stylus Modules - Dell Precision T3610 Computer - Software Maintenance Agreement, total 5 years - - Access to all new software updates - - Telephone technical support - CMM Maintenance Agreement, total 5 years - - Yearly certification/calibration of CMM or portable system - - Preventive maintenance visits - - Shipping b) 1 each Romer Absolute Scanning & Probing Solution to be comprised of: - Absolute Arm 7-Axis 7525SI - RS Wireless Scanning Pack - Certified Length Standard - Magnetic Base with mounting ring on 3 magnetic blocks - Extended warranty plan for 7-Axis Absolute Arms - 2 years - Laptop - Dell Precision M6800 CTO Base - PC-DMIS CAD++ Scanning / Meshing Integrated Scanner Software Package - PC-DMIS 5 Day Classroom Training - PC-DMIS CAD++ Scanning / Meshing annual software maintenance agreement, 1 year - Mobile Inspection Station - 609 x 914mm (24 x 36 inches) granite work surface - Shipping c) Annual Training on equipment and software use to be performed at Edwards AFB via on-line repository of information and lessons that can be accessed as needed. For a total of 5 years Shipping FOB DESTINATION Offers are due by 1200 PST 26 Jun 2017 via electronic mail to: Joshua Cain at joshua.cain.2@us.af.mil and Leonard Buckless at leonard.buckless.1@us.af.mil Contractors must comply with the following clauses and provisions: 52.204-7 System for Award Management Jul 2013 52.204-9 Personal Identity Verification of Contractor Personnel. Jan 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2015 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 52.212-4 Contract Terms and Conditions - Commercial Items May 2015 52.212-5 Contract Terms and Conditions Required to Implement May 2015 Statutes or Executive Orders- Commercial Items 52.219-6 Notice of a Total Small Business Set-Aside. Nov 2011 52.219-28 Post-Award Small Business Program Rerepresentation Jul 2013 52.222-3 Convict Labor Jun 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies Feb 2016 52.222-21 Prohibiltion of Segregated Facilites Apr 2015 52.222-26 Equal Opportunity Apr 2015 52.222-37 Employment Reports on Veterans Feb 2016 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment May 2014 52.222-50 Combating Trafficking Persons Mar 2015 52.223-15 Energy Efficiency in Energy-Consuming Products Dec 2007 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul 2013 52.233-1 Disputes May 2014 52.233-3 Protest After Award Aug 1996 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 52.252-4 Alterations in Contract Apr 1984 52.252-6 Authorized Deviations in Clauses Apr 1984 252.203-7002 Requirements to Inform Employees of Whistleblower Rights Sep 2013 252.203-7003 Agency Office of the Inspector General Dec 2012 252.204-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 252.204-7003 Control of Government Personnel Work Product Apr 1992 252.204-7004 Alternate A, System for Award Management Feb 2014 252.204-7006 Billing Instructions Oct 2005 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Sep 2015 252.211-7003 Item Unique Identification and Valuation Dec 2013 252.225-7001 Buy American and Balance of Payments Program Nov 2014 252.225-7048 Export-Controlled Items Jun 2013 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports Jun 2012 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 252.232-7010 Levies on Contract Payments Dec 2006 252.233-7008 Prohibition of Hexavalent Chromium Jun 2013 252.237-7014 Loss or Damage (Count-Of-Articles) Dec 1991 252.237-7016 Delivery Tickets Nov 2014 252.247-7023 Transportation of Supplies by Sea Apr 2014 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov 2012 5352.223-9001 Health and Safety on Government Installations Nov 2012 5352.242-9000 Contractor Access to Air Force Installations Nov 2012 5352.201-9101 Ombudsman Apr 2014 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998). 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 address: http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil All questions or comments must be sent to Joshua Cain at joshua.cain.2@us.af.mil and Leonard Buckless at leonard.buckless.1@us.af.mil, NLT 12 Jun 2017. Offers are due by 1200 PST 26 Jun 2017 via electronic mail. For additional information regarding this solicitation contact: Joshua Cain at joshua.cain.2@us.af.mil and Leonard Buckless at leonard.buckless.1@us.af.mil. Joshua Cain Contract Specialist 5 South Wolfe Avenue Edwards AFB, CA 93524 661-277-8356 joshua.cain.2@us.af.mil Late submissions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA930117PS006/listing.html)
 
Place of Performance
Address: 45 North Wolfe Ave Bldg 3930, Edwards Air Force Base, California, 93524, United States
Zip Code: 93524
 
Record
SN04520108-W 20170526/170524234712-a52fc5f0c62d54e65b67326b8d43ed2e (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.