Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SOLICITATION NOTICE

34 -- LASER MARKING SYSTEM

Notice Date
3/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
333518 — Other Metalworking Machinery Manufacturing
 
Contracting Office
149 FW, 1493 Billy Mitchell Blvd, Lackland AFB, TX 78236-0123
 
ZIP Code
78236-0123
 
Solicitation Number
F9J2AM5055A100
 
Response Due
3/31/2005
 
Archive Date
5/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The 149 Fighter Wing is soliciting quotes for the a 15 watt laser marking system, two (2) each, to be delivered to the Texas Air National Guard, Lackland AFB, TX 78236. This requirement i s 100% restricted to small business. Issued as a Request for Quotation, proposals are being requested and a written solicitation will not be issued. The NAICS code is 333518 and the Standard Industrial Classification (SIC) 3699 applies to this procuremen t. The contractor shall provide the following item or EQUAL TO Mfg. RMI Laser Division, P/N: Archer S 15: CLIN 0001  2 each  Archer S 15 Watt Laser Marking System, consists of the following, Marking Head: High-speed/precision Galvanometer Beam Contro l, 160 mm F-Theta Focusing Lens for a 100 mm x 100 mm marking area, Nd: YVO4 crystal (fiber optic coupled), Diode-pumped Laser Source, 1064-nm wavelength, Q-switched Operation, CDRH Class IV Level of Manufacture. Diode Controller: Diode-pumped Power Sourc e (Fiber Coupled to Marking Head), TE Cooling System, 19 Rack Mount Controller, Input Power: 100-240VAC, 50/60 Hz. Laptop Computer, Standard Tower, or Industrial PC: RMI Laser Division Laser Software, Windows Platform, Serial Communication, Mounting Sta nd; CLIN 0002: To include  1 each (per unit) Z-Axis Standard Lab Jack (for use with Class I or IV systems) and 2 each (per unit) Two Eye Protection Glasses (for use with Class I or IV systems). CLIN 0003: Installation and training to be included in price . The offeror shall include descriptive literature such as specifications, brochures or other manufacturing information that fully describes the item if not the suggested manufacturer and part number. This item is to be delivered FOB Destination within 30-4 5 days ARO to the following address: 149MXG/MXOG, 1493 Billy Mitchell Blvd, Bldg 968, Lackland AFB, TX 78236. The following provisions are included in this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items, Commercial (Jan 2004). The Government will make an award to the responsible offeror whose offer conforming to the solicitation is the low est price. Offerors shall include with their quotes a completed signed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2004). The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -Commercial Items (Oct 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2004). The following additional FAR clauses cited within clause 52.212-5 also apply: 52.203-6, Restriction o n Subcontractor Sales to the Government, with Alt 1; 52.219-6, Notice to Total Small Business Set-Aside; 52.222-3, Convict Labor, 52.222-19,Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, e qual Opportunity; 52.222-36, Affirmative Action for workers with Disabilities; 52.225-1, Buy American Act, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Pr otest After Award; FAR Clause 52.247-34, FOB Destination applies to this acquisition and DFARS 252.204-7004, Required Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Request; 252.212-7001, Contract Terms and Conditions Req uired to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.246-7000, Material Inspection and Receiving Report, are applicable to the acquisition and the Service Contract Act, 52.222-41. The full text of these provisions and clauses may be accessed electronically at this address: http://FARSITE.HILL.AF.MIL. **SPECIAL REMARKS** To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DOD Central Contractor Registration (CCR), NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. For information regarding this solicitation, please contact MSgt Roberto Pena, Roberto.pena@txkell.ang.af.mil. Responses to this RFQ must be received by facsimile (210) 925-6104 or e-mail by 31 March 200 5, NLT 4:00 PM Central Standard Time to the 149 Mission Support Group Contracting Office, 1493 Billy Mitchell Blvd., Bldg 968, Lackland AFB, TX, 78236-0123.
 
Place of Performance
Address: 149 FW 1493 Billy Mitchell Blvd, Lackland AFB TX
Zip Code: 78236-0123
Country: US
 
Record
SN00770020-W 20050318/050316212129 (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.