Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

66 -- Combined Synopsis/Solicitation for Upgrades on a Zeiss PMC 850 Coordinate Measuring Machine

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J07T0002
 
Response Due
3/15/2007
 
Archive Date
5/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
It is anticipated that a firm-fixed priced, competitive purchase order will be issued for system upgrades on a Zeiss PMC 850 Coordinate Measuring Machine (CMM). The vendor shall provide the supplies and services in accordance with (IAW) the terms and conditions contained herein: Statement of Work C. 1. The vendor shall furnish the necessary supplies, materials, and equipment (including fabrication machinery and quality assurance measurement devices), services, labor, and personnel, to perform the following work: C.1.1 Personal Computer (PC) hardware. The vendor shall supply and install to the existing CMM a new PC which meets the following minimum requirements: C.1.1.1. Pentium IV or better running Microsoft Windows XP C.1.1.2. DVD/CD combo drive C.1.1.3. 128 MB PCI graphics accelerator card C.1.1.4. 17 LCD monitor C.1.2. Machine hardware. The vendor shall supply and install to the existing CMM a new controller, hardware, and software which meets the following requirements. All provided components shall be from Renishaw to facilitate interoperability with other asse ts currently owned by ECBC. C.1.2.1. Renishaw UCC1 retrofit kit with 20um scale and 0.5um read heads including: C.1.2.1.1. MCU1 C.1.2.1.2. SPA1 C.1.2.1.3. SPA1 service kit C.1.2.1.4. 0.5um resolution encoder system C.1.2.2. Renishaw PH10T probe head C.1.2.3. Renishaw PHC1050 card for UCC1 C.1.2.4. Renishaw TP20 probe kit #1 with two (2) standard force modules C.1.2.5. Styli assortment C.1.3. The vendor shall supply and install a software package known to work well on retrofitted CMMs, e.g. CMM Manager, to the retrofitted CMM. C.1.4. Calibration. The vendor shall calibrate the retrofitted system using both a ball-bar and laser. The vendor shall provide ECBC a certificate of calibration traceable to NIST standards. This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotation (RFQ), number W52P1J-07-T-000 2. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circula r Fac 2005-15, Effective 12 Feb 2007. Quotations submitted in response to this solicitation shall include vendor price, inclusive of delivery of supplies and services. This procurement is a 100% set aside for Small Businesses. NAICS code for this solicitation is 541380 and the small business size standard is $11 million. The following FAR clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM : 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -- Commercial Items; The Government will award a purchase resulting from this solicitation to the responsible supplier whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors cons idered. Award will be made to lowest priced supplier which meets the minimum requirements as stated above. 52.212-3, Offeror Representations and Certifications -- Commercial Items; If the vendor has not completed the annual representations and certifications electronically at the ORCA website, the vendor shall complete FAR clause 52.222-48, Exemption from Application of Service Contract Act Provisions -- Contractor Certification, as part of their quote, in addition to other Representations and Certifications required of FAR clause 52.212-3; 52.212-4, Contract Terms & Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items; The following clauses listed in 52.212-5 are incorporated: 52.219-6, Notice of Total Small Busi ness Aside; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1, Buy American Act--Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic Fund Transfer-Central Contractor Registration. 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.242-15, Stop-Work Order; 52.242-17, Government Delay of Work; Interested sources may submit a firm-fixed priced quotation which will be considered. Responses to this RFQ must be received by the Contract Specialist, Jessica Dobbeleare, no later than 15 March 2007, at jessica.dobbeleare@us.army.mil; facsimile (309)782-7257, or HQ, Army Sustainment Command, AMSAS-ACD-B (J. Dobbeleare), 1 Rock Island Arse nal, Rock Island, IL 61299.
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-ACD-B Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01236970-W 20070224/070222220933 (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.