Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
SOLICITATION NOTICE

66 -- Optical Fabrication Laboratory Equipment

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81NT62318510
 
Response Due
9/8/2006
 
Archive Date
11/7/2006
 
Small Business Set-Aside
N/A
 
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. Solicitation W81KNT62318510 is issued as a request for quotation (RFQ). It is requested that quotes stipulate validity through 30 September 2006. This solicitation document and incorpo rated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This acquisition is solicited as Unrestricted for NAICS 333298, size standard 500 employees. The requirements of this solicitation are: Item 0001: Lens Wash Station, Gerber Coburn item number 175234 or equal, 3 each; Item 0002: Eclipse Turbo Freebond Surface Blocking System, Gerber Coburn item number 254789 or equal, 1 each; Item 0003: DISA GC 1000 Vacuum, Gerber Coburn item number 263021 or equal, 1 each; Item 0004: DTL Standard Blocks Generator, Gerber Coburn item number 270459 or equal, 1 each; Item 0005: Cylinder Machine Acuity+ with Front Molded Panel, Wash Bowel, and Slurry Solenoid Kit, Gerber Coburn item numbers 31265-20, 31279-00, 31706-00 or eq ual, 8 each; Item 0006: Euro Kleenchill Spindle Polish System, Gerber Coburn item number EK1000A or equal, 4 each; Item 0007: Cable Assembly DB25 M/F 100, Gerber Coburn item number 109112 or equal, 2 each; Item 0008: Calibration Acuity Kit (Standard Pin), Gerber Coburn item number 31721-00 or equal, 2 each. Salient characteristics: Item 0001: Machine which washes lenses and blocks after surfacing process. Heats water to approximately 150 degrees and processes lenses through a rotating table. As table r otates lenses through machine, jets spray lenses washing them with hot water and lens cleaning solution. Wash cycle operates for approximately 30 seconds per rotation. 0002: Surface blocking system with standard layout and blocking, automatic material f ill with overflow sensors, turbo chilling chamber, automatic block and lens detection system, injects wax between lens and block, processes up to 120 lenses per hour, 57mm block diameter, chiller with pump cooling system, calibration accessories, small di ameter blocking ring, bar code reader, 115V, single phase, 50/60 Hz with ground, 10 Amp, compatible with Gerber Coburn equipment and Innovations laboratory software (OMA compliant). Item 0003: Granulator vacuum, 1,000 CFM, even material pull-through, 40 g allon bin, polyester filters, silencer, auto bag shaker, 230 V/1-phase/60 Hz, 5 HP, Amps 28 max, compatible with Gerber Coburn Granulator model GC-IV. Item 0004: High speed, dry-cut, single point diamond turning lathe, mounted on 1,000 lbs granite, 16mm polycrystalline diamond cutter, single tool processes various lens material, processes all plastic, high-index, polycarbonate, and Trivex (registered) lenses, 6G acceleration, full color adjustable tilt angle touch screen, bar code reader, holds Gerber Cob urn pin style or V-style blocks, user interface software with diagnostic reminders, 208-253 VAC, 50/60 Hz, single phase, 20 amps, Curve Range Base Curve: +7 to -20 diopters, Cylinder: 10 diopters, Prism: 10 diopters, lens diameter 50-90mm, cut-to-oval, saf ety bevel programmable, host connection RS-232. Item no. 0005: Finer/polisher cylinder machine for lens material CR39 (registered), polycarbonate, hi-index, or glass, ergonomic design, automatically clamps laps and lenses in place when cycle engaged, cu stomizable liquid crystal display, push button calibration, 230V 50Hz 7.5 Amps single phase, 230V 60Hz 7.5 Amps single phase, 380V 50Hz 7.5 Amps three phase, operation and installation manual, internal slurry tank and pump, axis alignment gauge, brush, too l set. Item no. 0006: Spindle polish system, extends polish life up to 12 months, compatible with CR39 (registered), high index, polycarbonate polish, glass, f iltration system removes waste matter and debris, wide filter media range CR39, plus glass, chill system and heat exchanger affords chill level management greater than 10 degrees C, centralized closed system including pump, filtration, chill and flow manag ement systems, 220V-240V, single phase, 50/60 Hz, 50 liter polish reservoir, 8 spindle height: 1300 cm. Item no. 0007: Communication cables to connect equipment to computer/server. Item no. 0008: Calibration kit for item no. 0005. Federal Acquisition R egulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR 52.211-6 if submitting other than the brand name products. Clause 52.211-6 (and other provisions and clauses throughout this solicitation) can b e viewed at Internet address: http://farsite.hill.af.mil/. Required delivery is 30 days after receipt of order, Fob Destination to Fort Sam Houston Optical Lab, 15th and Parker Rd, Bldg. 4196 Room 101, Fort Sam Houston TX 78234. Federal Acquisition Regul ation (FAR) provision 52.212-1 [Instructions to Offerors  Commercial] applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (C CR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Factors: Technical Capability, Past Performance, and Price. Technical Capability and Pa st Performance, when combined, are significantly more important than Price. Provide the following information with your offer: 1. Technical Capability. If providing an equal, please comply with FAR Clause 52.211-6, Brand Name or Equal. NOTE: Statemen ts that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be considered insuff icient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your quote to receive a MARGINAL or UNSATISFACTORY rating. 2. Past Performance. Vendors are required to provide Past Performance Questionnair es (attachments to this solicitation) to two firms/entities for which they are currently or have recently provided the same or similar supplies and/or equipment. Provide with your quote, the company names, telephone numbers, and points of contact that wil l provide the completed questionnaires for your quote. If a vendor provides more than two past performance references, the Contracting Officer will consider only the first two listed references in the award decision. It is the vendors responsibility to ensure past performance references submit completed questionnaires directly to the Great Plains Regional Contracting Office (see below) by the solicitation closing date and time. The Contracting Officer may also consider any additional past performance in formation that is available to the Government. Vendors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the vendor. 3. Pric e. 4. Award will be on an all or none basis. Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1. Each vendor will be evaluated on its overall Past Performance under existing or prior contracts for the same or similar supplies and/or equipment as well as Technical Capability. Pricing will be evaluated to determine value offered for the price and the extent to which it is fair and reasonable in terms of the Governments requirement. The Government reserves the right to evaluate quoted prices on the basis of price realism and will consider quoted prices as an indication of understanding the scope and complexity of the Governments requirement. 2. The award decision will be based on the Best Value offered to the Government and not solely on price and price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. 3. Technical Capability and Past Performance are equal in importance. Technical Capability and Past Performance, when combined, are significantly more important than Price. Price could become the determinative selection factor if the quality o f quotes is determined to be essentially equal, or if a quote deemed superior in technical quality is determined not to be worth the high price premium. The trade-off between technical merit and price could result in awarding to other than the low offeror . Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their quote. FAR clause 52.212-4 [Contract Terms and Conditions  Commercial Items] applies to this acquisition. FAR cl ause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items] and the following sub FAR clauses apply to this acquisition: 52.203-6 [Restrictions on Subcontractor Sales to the Government, Alternate I]; 52.219-8 [Utilization of Small Business Concerns]; 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor  Cooperation with Authorities and Remedies]; 52.222-21 [Pro hibition of Segregated Facilities]; 52.222-26 [Equal Opportunity]; 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]; 52.2 22-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]. Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable t o Defense Acquisitions of Commercial Items] with the following sub FAR and DFARS clauses apply to this acquisition: 52.203-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.225-7012 [Preference for Certain Domestic Commo dities]; 252.225-7021 [Trade Agreements]; 252.232-7003 [Electronic Submission of Payment Requests]; 252.243-7002 [Requests for Equitable Adjustment]; 252.247-7023 [Transportation of Supplies by Sea]. DFARS clause 252.211-7003 [Item Identification and Valu ation] applies to this solicitation. The closing date and time of this solicitation is 08 September 2006, 02:00 P.M. Central Standard Time. Quotes shall be submitted on company letterhead and signed by a company representative. Fax (210-916-1750 or -469 8) or email (james.metzger@us.army.mil) quotes to: Great Plains Regional Contracting Office, Attn: James Metzger, Fort Sam Houston TX. Paper copies of this solicitation will not be issued and telephone or fax requests for the solicitation will not be acce pted. Point of contact for this solicitation: James Metzger, phone: (210) 916-2658; email: james.metzger@us.army.mil
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
Country: US
 
Record
SN01132853-W 20060903/060901221333 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.