Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
MODIFICATION

34 -- Laser Marking System for Edwards AFB, CA

Notice Date
9/15/2005
 
Notice Type
Modification
 
NAICS
333293 — Printing Machinery and Equipment 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
F1S0AF5220B001
 
Response Due
9/17/2005
 
Archive Date
10/2/2005
 
Description
Amendment is to clarify Delivery Term: Item is to be delivery 30 ARO, not 3 Days. 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 solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and DFARs Change Notice (DCN) 20050901. This acquisition is a small business set-aside. NAICS is 333518 with a small business size standard of 500 employees. Solicitation is for commercial purchase of: 1. Request brand name or equal purchase of Archer S 15 Watt Laser Marking System from RMI Laser Division for use in support of the Aircraft Modification Branch. 2. The laser marking system will be used to mark tools for accountability. This requirement is directed by regulation AFMCI 21-107 and MXOI 21-6, which mandates that tools must be identified in a clear, legible, and permanent manner. Currently the organization has to out source this effort to the commercial sector. This system will also be capable of marking larger gauge wiring and will be used for manufacturing face-plates for Line Replacement Units. 3. RMI is the only source that provides this unique laser based on highly-efficient and industry-proven vanadate (Nd:YVO4) technology. This particular laser efficiently marks shiny metals, such as tools, at lower power settings than the more common CO2 lasers. It is more cost efficient and portable, making it convenient for use on aircraft. Modification Branch personnel will be very quickly proficient in tool marking due to simplicity of operation. The contractor shall provide the following item or EQUAL TO Mfg. RMI Laser Division, P/N: Archer S 15: CLIN 0001 1-each, Archer S 15 Watt Laser Marking System, consists of the following, Marking Head: High-speed/precision Galvanometer Beam Control, 163 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 Source (Fiber Coupled to Marking Head), TE Cooling System, 19 inch 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 Stand: System Manual, Software Manual. CLIN 0002: To include 1 each (per unit) Z-Axis Standard Lab Jack (for use w/ Class I or IV Systems) CLIN 0003 2-each (per unit) Two Eye Protection Glasses (for use with Class I or IV Systems). CLIN 0004 Class 1 Enclosure w/focusing Diode 22x22x24 CLIN 0005 254 mm F-Theta Lens (150mm x 150mm marking area) CLIN 0006 Installation and training to be included 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. Delivery - 3 days after receipt of purchase order and FOB Destination. Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA). Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. If the offeror does not have a copy of these provision go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. 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. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alternate I 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 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 address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award. 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate to obtain a vehicle pass. In addition, the following procedures apply for identification credentials and vehicle passes: Contractors and their employees at the prime and subcontract level shall comply with the Edwards Air Force Base Contractor Access Procedures dated 15 April 03. For construction contracts the construction contractor personnel at the prime and subcontract level shall receive a temporary pass valid for no more than 90 days regardless of the length of their contract, unless otherwise requested by the Contracting Officer. Common Access Cards (CAC) and the DD Form 1172-2 process apply only to prime contractor and subcontractor personnel that will have an assigned Edwards AFB E-mail address (?.mil?) and have access to the Edwards AFB network. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Offers are due at the 412 Test Wing, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524, by COB (1630 PST) on (Saturday) 17 September 2005. Any questions concerning this synopsis should be submitted to the Contract Negotiator, Terence Vickers, by email at, Terence.vickers@edwards.af.mil or by fax at (661) 275-7860. Faxed/email transmissions of quotes are preferred.
 
Place of Performance
Address: 412 TW/PKD, 5 South Wolfe Ave., Edwards AFB, CA 93524
 
Record
SN00896163-W 20050917/050915212205 (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.