Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
MODIFICATION

99 -- CUTTER SYSTEM

Notice Date
4/4/2006
 
Notice Type
Modification
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8601-06-T-0078
 
Response Due
4/3/2006
 
Archive Date
4/18/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is no longer 100% set aside for small business. Quotations are now being requested on an unresticted basis. Full and open competition is being utilized. The due date for quotations has been extended to close of business April 7, 2006. CUTTER - This is a combined synopsis/solicitation for a commercial 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; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-06-T-0078 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. The acquisition is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 333512. The small business size standard is 500. The RFQ has the following Line Items: 1 ea. Cutter system as follows: 1. Must be a turnkey integrated cutter system including PC, vacuum table, vacuum system and cutting head and gantry 2. Computer automated 3. Software control for cutting head/tools including nesting software 4. Maximum overall dimensions of 8?x8? (not including PC) 5. Ability to cut composites including carbon fiber, glass, rubbers (1/4" thk), prepregs with multiple layers 6. Laser pointer for defining start location and image digitizing 7. Capability must include knife & wheel blades, pen and punch tools 8. Ability to accept DXF file formats 9. Installation 10. Training 11. Next day spare parts availability 12 Local service support 13 1-year warranty The following clauses and provisions apply: FAR 52.212-1 Instructions to Offerors ? Commercial Items; FAR 52.212-2 Evaluation, Commercial Items, award will be based on overall best value to the Government; FAR 52.212-3 and Alt I, Offeror Representations and Certifications?Commercial Items; 52.212-4 Contract Terms and Conditions?Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?Commercial Items (Apr 2001)(Deviation); FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.219-6 Small Business Set Aside FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor Co-operation with Authorities and remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-25 Affirmative Action Compliance (Feb 1984) FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans; FAR 52.222-37 Employment Reports on Special Disabled Vets; FAR 52.233-3 Protest After Award; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) fill-ins http://farsite.hill.af.mil 52.252-6, Authorized Deviations in Clauses, DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2001)Deviation 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.204-7003, Control of Government Personnel Work Product. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of a quote the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. Mr. Stephen Miller has been appointed as Ombudsman to hear concerns from offerors, or potential offers, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contract the buyer at the telephone number listed herein. When requested the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Miller can be reached at (937) 255-5315, DSN 785-5315. His address is 1755 Eleventh Street, Room 113, Bldg 570, Wright-Patterson AFB OH 45433-7404. Point of contact is Sherry Dahm 937-522-4580. Quotes can be e-mailed to Sherry.Dahm@wpafb.af.mil or faxed to 937-656-1412 Attn: Sherry Dahm.
 
Place of Performance
Address: Wright-Patterson AFB, OH
Zip Code: 45433
Country: USA
 
Record
SN01020720-W 20060406/060404220559 (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  © 1994-2020, Loren Data Corp.