|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1999 PSA#226612th Contracting Squadron/LGC, 395 B Street West, Randolph AFB, TX
78150-4525 34 -- LASER ENGRAVING AND CUTTING (100 WATT C02 AND 50 WATT Q SWITCH
YAG) SYSTEM SOL F4169199T0084 DUE 020599 POC Audrey Smid (210)652-5171,
Sandi Odem (210)652-5171, or Fred Lagunas (210)652-5178 This is a
combined synopsis/solicitation for commercial items 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; quotes are being requested and a
written solicitation will not be issued. Solicitation F4169199T0084 is
issued as a Request For Quote seeking written quotes for the type of
equipment outlined herein and incorporates provisions and clauses in
effect through Federal Acquisition Circular 97-10. This requirement is
100% set aside for small business concerns, utilizing the Size
Standard in FAR Part 19 under Standard Industrial Code 3599, and the
Business Size Standard is 500 employees. The Government intends to
award a Firm Fixed Price Purchase Order under Simplified Acquisition
Procedures (SAP). 12 CONS, Randolph AFB, TX has a requirement for the
following item: 0001a laser engraving and cutting system 1
assembly. The assembly consists of the following A and B: A. CDHR Class
3A, 100 watt, water-cooled, RF driven, sealed C02 laser engraving and
cutting system. The system is designed for precise cutting of foam
toolbox inserts. The system is also capable of engraving and cutting of
wood, rubber, acrylic and engraving plastic, and engraving on coated
brass and aluminum, glass, stone and leather. Water chiller cooling
system, Pentium level host design station including software and
graphic scanner, air assist cutting, cutting table, rotary attachment,
external exhaust and odor reduction system will be included.
CHARACTERISTICS: 1. CDHR Class 3A Design with Interlocked Safety
Enclosure. 2. Raster and Vector Motion Control. 3. 32" X 18" Active
Work Area. 4. Maximum Work Piece Dimensions 32" W X 19"D x 8"H. 5.
Automatically Adjustable Proportional Pulsing. 6. Automatic Focus. 7.
Motorized Z Axis w/Digital Readout. 8. Red Laser Diode Positioning
Pointer. 9. True 1000 DPI Optical Resolution. 10. Resolution Adjustable
(6 Settings From Low Resolution Draft made to 1000 DPI). 11. Flash
Software & Firmware Upgrades. 12. Automatic File Compression. 13. 16 MB
Memory Buffer (Expandable to 64 MB). 14. Parallel and High Speed Serial
Interface. 15. Digital Power Control (.3% Increments) with Color Linked
Power Settings. 16. Continuously Variable Speed Adjustment .1 to 65
IPS. 17. Custom 32 Bit Print Driver (8 different speed and power
settings per job). 18. Quick Change Laser Cartridge. 19. Direct CAD
Interface. 20. Rubber Stamp Manufacturing Capability. 21. Protected
Laser Optics. 22. LCD Display. 23. Stationary Laser and Processing
Table. 24. Dual Head Option. ELECTRICAL REQUIREMENTS: 220 VAC, 60 HZ,
Single Phase, 10 AMPS. UNIVERSAL LASER SYSTEMS X100, OR EQUAL. B. CDHR
Class 1, 50 watt, water-cooled Q-Switch laser engraving and cutting
system. The system is capable of operating in both raster and vector
motion format. The system is designed for engraving on ferrous and
non-ferrous metals including hardened and polished steel tools. A water
chiller cooling system, external exhaust and Pentium level host design
station are included. CHARACTERISTICS: 1. CDHR Class 1 Design with
Interlocked Safety Enclosure. 2. Raster and Vector Motion Control. 3.
32" X 18" Active Work Area. 4. Maximum Work Piece Dimensions 32"W X
19"D X 8"H. 5. Automatically Adjustable Proportional Pulsing. 6.
Automatic Focus. 7. Motorized Z Axis. 8. True 1000 DPI Optical
Resolution. 9. Resolution Adjustable (6 Settings From Low Resolution
Draft made to 1000 DPI). 10. Flash Software & Firmware Upgrades. 11.
Automatic File Compression. 12. 16 MB Memory Buffer (Expandable to 64
MB). 13. Parallel and High Speed Serial Interface. 14. Digital Power
Control (.3% Increments) with Color Linked Power Settings. 15.
Continuously Variable Speed Adjustment .1 to 65 IPS. 16. Custom Print
Driver (8 different speed and power settings per job). 17. Direct CAD
Interface. 18. Protected Laser Optics. 19. LCD Display. 20. Stationary
Laser and Processing Table. ELECTRICAL REQUIREMENTS: 220/308 VAC,
Three Phase, 30 Amp/line and 220VAC, 20 Amp/line for 380 VAC, 50/60 HZ.
UNIVERSAL LASER SYSTEMS YAG50, OR EQUAL. If offering an equal, Offerors
must provide brochures/literature of system being offered along with
their quote. The technical literature submitted needs to clearly
communicate the offeror's compliance with the minimum requirements as
set forth in response to this solicitation. Discussions may or may not
be held with offeror; therefore each offeror's initial quote should be
complete and accurate. FOB destination is required by the Government.
FOB point is Randolph AFB TX 78150. The required delivery and complete
installation is 30 days after award. Contractor shall provide all
materials, labor and transportation necessary to deliver and install
the above mentioned items and provide operational training by factory
trained representatives. Offerors must provide warranty information
specific to all equipment. Inspection and Acceptance will be made at
destination. The following clauses and provisions can be viewed through
Internet access at the AF FAR Site, http://farsite.hill.af.mil. The
following FAR provisions and clauses apply to this acquisition:
52.212-1, Instructions to OfferorsCommercial Items (AUG 98).
52.212-2, EvaluationCommercial Items (JAN 99). The Government
will award a purchase order resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be
most advantageous to the Government. 52.212-4, Contract Terms and
Conditions-Commercial Items (APR 98); 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
OrdersCommercial Items (JAN 99); 52.222-26, Equal Opportunity
(APR 84); 52.222-35, Affirmative Action for Disabled Veterans and
Veterans of the Vietnam Era (APR 98); 52.222-36, Affirmative Action for
Workers with Disabilities (JUN 98); 52.222-37, Employment Reports on
Disabled Veterans and Veterans of the Vietnam Era (JAN 99); DFARS
252.212-7001 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (JAN 99); 252.204-7004 Required Central Contractor
Registration (MAR 98); 252.232-7009 Payment By Electronics Funds
Transfer (CCR) (JUN 98); and 252.225-7036 Buy American Act-North
American Free Trade Agreement Implementation Act-Balance of Payments
Program (MAR 98). Offerors must include with their offer a completed
copy of the provision at FAR 52.212-3, Offeror Representations and
CertificationsCommercial Items (OCT 98) and DFARS 252.225.7035,
Buy American ActNorth American Free Trade Agreement
Implementation ActBalance of Payments Program Certificate (Mar
98). Offerors interested in a product demonstration should notify
Audrey Smid for scheduling by 22 Jan 99. Conducting a product
demonstration will be at no additional cost to the government. Offers
must be sent in writing/fax to the Contracting Office above no later
than 5 Feb 99. Award will be made on or about 1 Mar 99. Effective 1 JUN
98, contractors must be registered in the Central Contractor
Registration (CCR) prior to receiving any award. You can register in
the CCR by calling 1-888-227-2423, or via the Internet at
http://ccr.edi.disa.mil. All responsible sources may submit an offer,
which, if timely received, will be considered by this agency. Posted
01/19/99 (W-SN289048). (0019) Loren Data Corp. http://www.ld.com (SYN# 0274 19990121\34-0001.SOL)
34 - Metalworking Machinery Index Page
|
|