Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOLICITATION NOTICE

66 -- Fiber Laser Marking System

Notice Date
8/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-T-0152
 
Response Due
9/13/2007
 
Archive Date
9/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. The solicitation number is N68836-07-T-0152. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-17 and DFARS Change Notice 20070531. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm .The NAICS code is 333319 and the Small Business Standard is 500 employees. This procurement is a 100% small business set-aside. The FISC Jacksonville Contracting Department requests responses from qualified sources capable of providing the following Contract Line Item Number (CLIN): CLIN 0001 Fiber Laser Marking System to include all required specifications. CLIN 0002 Delivery, Set-up, and Installation at Government Site. Acceptance will occur at vendor location prior to delivery. The following specifications shall be met for a vendor to be found technically acceptable: 1. 20-Watt Ytterbium Fiber Laser 2. 16-bit, High-Precision Galvanometer System 3. 4? x 4? Marking Field 4. LaserGraft32/Windows XP operating System 5. Flat Screen Monitor with Ergonomic Arm 6. Manual Load Workstation with 50? x 24? Tooling Plate 7. Programmable 24? x 24? XY Laser Head Motion 8. Manual Z-Axis Laser Head Motion with Digital Position Display 9. NEMA 12 Power Distribution Cabinet 10. CDRH Class I Enclosure 11. Manual Adjustment on the vertical position is required to support various height materials to be marked. 12. The laser marking system must be a low heat producing system and not require a fully HVAC system controlled room to operate in. 13. A RAID redundant hard drive system will be provided to write data to a secondary hard drive to protect the operating system and developed laser marking programs. 14. A self contained Fumex Air Filtrations system will be provided to protect the operator. The filter will be a HEPA (99.97%) filter efficient. The system will have the option to be installed up to 30 feet from the marking system. 15. System Run ?Off and Training: a) System Run and Acceptance at Vendor Location b) System Setup, Installation and Training will be at Fleet Readiness Center South East, Naval Air Station, Jacksonville, Fl. 16. Full Documentation and Manuals Package to be provided in both hard copy and electronic copy via CD. 17. IUID/UID Capability ? Laser engraver must have the capability to produce IUID/UID label as outlined at www.dod-uid.com. The following FAR provisions and clauses apply: Provision 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. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: additionally, the Government will accept the contractor?s commercial warranty. Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set-aside, and The following DFARs clauses apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program; 52.203 Gratuities; 252.225-7021 Trade Agreements; 252.227-7015 Technical Data-Commercial Items; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7024 Notification of Transportation of Supplies by Sea). Additional provisions include Invoicing Instructions and Payment for Supplies submitted through Wide Area Workflow. Vendors must be self-registered in WAWF at the following website: https://wawf.eb.mil. For more information contact the WAWF Team at 800-559-9293. Registration in the Central Contractor Registration (CCR) Database is a requirement for award. Registration is free and can be completed on-line at http://www.ccr.gov. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company mailing and remittance addresses, 2) cage code, 3) Dun & Bradstreet number, 4) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the lowest priced technically acceptable offer 52.212-2, Evaluation - Commercial Items is applicable to this procurement.While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability to meet all specifications and requirements. This announcement will close at 1600 EST on 09/13/2007. Quotes shall be returned by email to jennifer.reeder@navy.mil no later than 1600 EST on 09/13/2007. Contact Ms. Jennifer Reeder who can be reached at 904-542-4452 for questions.
 
Place of Performance
Address: Vendor Location
Zip Code: 32212
Country: UNITED STATES
 
Record
SN01383323-W 20070825/070823222557 (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.