Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

36 -- Wire Marking Machine

Notice Date
9/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339943 — Marking Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron, 205 West D Ave., Suite 541, Eglin AFB, Florida, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
F1T0DD8204AG01A
 
Archive Date
10/2/2008
 
Point of Contact
Mary G. Gardner,, Phone: 850-882-0338, Manivanh S. Mundy,, Phone: 850-882-0335
 
E-Mail Address
mary.gardner@eglin.af.mil, manivanh.mundy@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
WIRE MARKING MACHINE The 96 Contracting Squadron, 96 CONS/MSCB at Eglin AFB, Florida intends to solicit and award a Firm-Fixed Price contract for a turnkey non-aggressive wire marking and processing system to ensure cable and wire are in compliance with SAE A550881, MIL-M27735, and MIL-STD-7080, Para 5.13. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T0DD8204AG01. The North American Industry Classification System (NAICS) code for this acquisition is 339943, with small business standard size of 500 employees. Please identify your business size in your response based upon this standard. This requirement is for the following. One each, turnkey non-aggressive wire marking and processing system to ensure cable and wire are in compliance with SAE A550881, MIL-M27735, and MIL-STD-7080, Para 5.13. SPECIFICATIONS: The system shall have all the following specifications: Non-motorized de-reeler with knot detection capability to remove wire from its shipping or storage reel; Encoding capability to allow for bare wire detection, wire speed, and wire length; UV (Ultraviolet) laser print head with minimum character size of.030 inch and a maximum charter size of.125 inch; Integrated, powered wire pulling and cutting system; Powered wire coiling system for printed wire; Unit must be able to process (de-reel, print, cut, and coil) at least 10 feet of wire per minute; Process wire sizes from.35 inch to.250 inch in diameter; Length of wire that can be processed must be a minimum of 12" with maximum length of 125 feet; Unit must have a built in or attached controller, microprocessor, PC, keyboard, and screen; PC must have installed software to run vendor's system; Foot print of entire system must fit on a standard 3ft by 6ft. table or in the space occupied by same table. Electrical power requirement must not exceed 120/208 volt A/C, 3 phase, at 30 amps. Compressed air requirements shall not exceed 120 PSI at 20CFM. INSTALLATION, SETUP, OPERATION CHECKS, AND TRAINING: Vendor shall install, set up, and do operation checks to system before acceptance. In addition, vendor shall train up to 8 shop personnel on site and provide operation, maintenance, and troubleshooting manuals. WARRANTY: Entire system is to be warranted for at least one year from date of acceptance. TRADE-IN: If vendor takes trade-in of existing Tri-Star Technologies M100J Ink-jet Wire marker, vendor will be responsible for shipping of trade-in unit. For questions, contact Ms. Mary Gardner or Ms. Manivanh Mundy by email only, mary.gardner@eglin.af.mil or manivanh.mundy@eglin.af.mil. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-26, effective June 12, 2008. • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors - Commercial Items; • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (In accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • FAR 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, incorporating the following: o 52.233-3, Protest After Award; o 52.233-4, Applicable Law for Breach of Contract Claim; o 52.222-3, Convict Labor; o 52.222-19 Child Labor - Cooperation With Authorities and Remedies; o 52.222-21, Prohibition of Segregated Facilities; o 52.222-26, Equal Opportunity; o 52.222-36, Affirmative Action for Workers With Disabilities; o 52.225-13, Restrictions on Certain Foreign Purchases; o 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.219-28, Post-Award Small Business Program Rerepresentation • 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated By Reference, which reads as follows: 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/these address(es): http://farsite.hill.af.mil (End of Clause); • DFARS 252.204-7004, Alternate A; • 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic submission of payment requests; • DFARS 252.247-7023, Transportation of Supplies by Sea, with Alternate III; • 252.225-7002, Qualifying Country Sources as Subcontractors; • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances; • Local H-850, Wide Area Work Flow. Local H-850 reads as follows: WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: See Block #2 of the award *Delivery Order: See Block #4 of the award if applicable *Issue Date: See Block #3 of the award *Issue DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award ADDITIONAL EMAIL NOTIFICATIONS: 1. (organization POC) 2. (contracting POC) 3. (others, as appropriate) Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. (end of clause) To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. The quote format is at the discretion of the offeror. If your company is capable of providing this item, pricing and product literature must be received NLT 2:00 pm, Central Time on 17 September 2008. Send all packages to 96 CONS/MSCBB, Attn: Ms. Mary Gardner or Ms. Manivanh Mundy, 308 West D. Ave, Suite 130, Eglin AFB Florida, 32542; or by facsimile to (850) 882-1680 or email at mary.gardner@eglin.af.mil or manivanh.mundy@eglin.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0096b35b27cf84801288132a23d9e6e8&tab=core&_cview=1)
 
Place of Performance
Address: Eglin Air Force Base, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01663923-W 20080911/080909220748-0096b35b27cf84801288132a23d9e6e8 (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.