Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2004 FBO #0898
SOLICITATION NOTICE

61 -- Laser Marking System for Wire/Cable

Notice Date
5/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
333518 — Other Metalworking Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-04-T-0034
 
Response Due
5/21/2004
 
Point of Contact
Neal Newberry, Contract Negotiator, Phone 661-277-8801, Fax 661-275-9676, - Senah Williams, Contracting Officer, Phone 661-277-7708, Fax 661-275-7806,
 
E-Mail Address
neal.newberry@edwards.af.mil, senah.williams@edwards.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW 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. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-19 and DFARs Change Notice (DCN) 20040113. Standard Industrial Classification (SIC) code is 3643 and the size standard is 500 employees. NAICS is 333518. Simplified Acquisition Procedures will be followed. This purchase will be for one (1) Laser Marking System for wire/cable with the following salient characteristics. Laser Marking System for Wire/Cable Specifications: Laser Marker- Up to 400 characters of identification per mark, Full upper case alpha-numeric characters, A-Z, 0-9, 3 Print Sizes ? Small, Medium, Large, Horizontal and vertical format for all three sizes, Mark Spacing from 3 inch to 24 inch. Wire Processing- Machine speed of marked wire output is up to 60 ft/min, Min/Max cable length of 30 inch/ 4000 inch, Must be capable of handling marking and cutting of wire sizes from 26 awg ? 6 awg, Any UV laser markable wires including but not limited to M22759/11/16, ETFE, XL-ETFE, or Mil C Coax. Wire Handling- Single coil de-reeler, Powered coil pan, Pneumatic Cutter, Precision caterpillar belt type encoder for round wire and twisted cable, Belt type wire pulling mechanism for round wire and twisted cable, Control- System controlled by IBM Pentium 1.7 GHz or better PC, Windows 2000 operating system, Programmable keyboard, 15? Color Monitor, Capable of importing wire marking files from outside via email. Site Requirements- Electrical Power 208 vac, 1 ph, 60 hz (220 vac 50/60 HZ), No chemicals or gases requiring special HAZMAT handling. Machine Size- Maximum footprint without de-reeler: 6? x 6? x 6?. Technical Capabilities- System Set-Up and training at user facility, Minimum 1 year warranty, Optional service contract, Operation and Maintenance Manual including electrical diagrams, Available qualified specialist including field engineers for consultations or field service. Interested parties who believe they can meet all the requirements for the one (1) Laser marking System for Wire/Cable described in this synopsis are invited to submit in writing complete information describing their ability to provide the required training requirement. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) AND DFARS 252.204-7004, ALTERNATE A (NOV 2003). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSEs BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: (1)technically acceptable to the Government,(2) lowest price offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items; clause 52.232-33 Mandatory information for electronic funds transfer payment. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications--Commercial Items with the offer. If the offeror does not have a copy of this provision, a copy can be downloaded from this website: http://farsite.hill.af.mil. The following DFARs clauses apply to this acquisition: Clause 252.211-7003, Item Identification and Valuation; clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 1998); 252.225-7001 Buy American Act and Balance of Payment Program; clause 252.225-7036, North American Free Trade Agreement Implement Act. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) 21 May 2004 at 4 pm. Faxed transmissions of quotes are acceptable. Fax #: 661-275-9676 or e-mail address: neal.newberry@edwards.af.mil.
 
Place of Performance
Address: 5 South Wolfe Ave, Edwards AFB, CA
Zip Code: 93524
Country: United States
 
Record
SN00583127-W 20040512/040510211940 (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  © 1994-2020, Loren Data Corp.