Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

36 -- LASER MARKING SYSTEM

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339943 — Marking Device Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for South Dakota, USPFO for South Dakota, 2823 West Main Street, Rapid City, SD 57702-8186
 
ZIP Code
57702-8186
 
Solicitation Number
W912MM-09-LASERMARK
 
Response Due
6/5/2009
 
Archive Date
8/4/2009
 
Point of Contact
Paula R Moore, 605-737-6287<br />
 
E-Mail Address
USPFO for South Dakota
(paula.r.moore@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Bids are being requested and a written solicitation will not be issued. The solicitation number is W912MM-09-LASER MARK and is issued as a request for quote (RFQ), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 339943 with a small business size of 500 employees. This requirement is a Small Business set aside and only qualified offerors may submit bids. In the event that adequate response to fill requirements is not received from small business firm(s), large business firms may be considered for the award. The solicitation pricing on FedBizOps will start on the date this solicitation is posted and will end on 5 June 2009 0800 MT or as otherwise displayed on FedBizOps. FOB destination shall be Rapid City, SD 57702. The South Dakota Army National Guard (SDARNG) has a requirement for a Laser Marking System. This system should be able to apply a permanent 2D barcode and human readable identification tag to any tool or piece of equipment made of metal, plastic, or composite material. The laser shall put out 15 watts of power or equal to and is an air cooled turnkey system. The laser shall provide a fast, permanent, non-impact marking of tools and equipment. They system should operate in the 1064nm wavelength with 16MB of internal memory to provide repetitive marking without a PC attached. The laser marking system shall include an environmentally sealed optics chamber. The laser system should consist of the marking head, a 163mm focusing lens, a diode controller, a laptop computer, a mounting stand, a z-axis standard lab jack, two eye protections glasses and a class 1 enclosure with focusing diode 24 x 24 x 27 equal to or better than. Laser Marking System shall include software. Any / All item descriptions, manufacturers and reference information provided for the requested laser marking system is provided to identify a minimum standard of quality. Items quoted must be equal to or better than whats identified. Offerors are required to meet minimum specifications. The specifications are as follows: Award shall be made to the responsible offeror whose proposal is determined to be lowest price and meets minimum specifications. Additionally, delivery time will be taken into consideration. Award will be made as to what is in the best interest of the government. Quotes are due 5 June 2009 by 0800 MT to Paula Moore. Quotes can be faxed or emailed to paula.r.moore@us.army.mil or Fax (605) 737-6752. Please email all questions or concerns NLT 22 May 2009 to the email above. Desired Delivery: 30 days or less after receipt of order (ARO). Be sure that delivery price is included in the price of the item(s), FOB destination is strongly recommended. No partial shipments unless otherwise specified at time of order. CCR: Contractor must be registered on Central Contractor Registration (CCR) before an award could be made to them. If the contractor is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov. The selected offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions required to implement Statuetes or Executive Orders Commercial Items. The following FAR Clauses are incorporated by reference: 52.204-7, Central Contractor Registration, 52.219-6, Notice of Small Business Set Aside, 52.233-3, Protest After Award, 252.225-7001, Buy American Act and Balance of Payments Program, 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil). A full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39/W912MM-09-LASERMARK/listing.html)
 
Place of Performance
Address: USPFO for South Dakota 2823 West Main Street, Rapid City SD<br />
Zip Code: 57702-8186<br />
 
Record
SN01832186-W 20090603/090601234651-54871357fd9852473aecdfc8be73ad32 (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.