Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

66 -- UID Laser Label Making System

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-11-T-D099
 
Response Due
9/12/2011
 
Archive Date
10/12/2011
 
Point of Contact
Katelyn Warren, Contract Specialist, 518-266-5088
 
E-Mail Address
Katelyn Warren
(katelyn.a.warren@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 Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. Quotes are being requested; a written solicitation will not be issued. Solicitation W15QKN-11-T-D099 along with incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53. This solicitation is a small business set-aside. The NAICS code for this procurement is 333293 and the small business size standard is 500 employees. The U.S. Army Contracting Command (USACC)- Picatinnys Benet Laboratories Contracting Center (BLCC), Watervliet Arsenal, NY on behalf of the US Army Armament Research, Development and Engineering Commands (ARDEC) Benet Laboratories intends to award on a competitive basis a purchase order for one (1) new UID laser label making system to be installed for Benet Laboratories, Product Engineering Branch. The contractor shall provide a system that can handle small and simple applications but is also suitable for processing large complex parts. The system shall be capable of working on single items as well as batches. It shall be able to produce smaller characters with intricate details. The UID laser label making system shall also meet the following requirements: 1.Software that provides full control over all laser functions.2.JobControl feature that monitors laser, exhaust and air assist systems.3.Maintenance support and extensive warranties4.Motion system that can achieve a top speed of 355cm/sec., or 140 inches/sec., with an acceleration of 5 g.5.Maximum protection from dust and other contaminants6.High-speed, stainless steel, self-lubricating linear bearings7.Brushless DC servo motors8.Addressable accuracy of 5um9.Static repeat accuracy: + 15 um10.Fully enclosed chassis with double safety interlock system11.Laser safety class 212.Sealed-Off laser from 12-120 watts13.Ferro Magnetic worktable14.Lens with 1.5, 2.0, 2.5 or 4.0 inch focal lengths15.Variable interface with a computer via a USB or a serial cable16.Trolley base with storage shelf17.Electro-optic autofocus with light barriers ITEM DESCRIPTION UNIT PRICELabel Making System $_______ Materials & Supplies $_______ (Exhaust, Air Assist Pump, Engraving material, Verifier) Bartender Software$_______ Hardware Installation & Training$_______(2 Day training & travel costs for 1 person) Shipping (FOB Destination)$_______ TOTAL: $_______ The following FAR and Department of Defense FAR (DFAR) Provisions/Clauses are applicable and are incorporated by reference: FAR: 52.212-1, 52.212-3, and 52.212-4. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, 52.233-3, 52.233-4, 52.247-34. DFAR: 252.211-7003, 252.212-7000, 252.212-7001and 252.232-7010. The following additional DFAR Clauses also apply to this acquisition: 252.212-7001, 252.203-7000, 252.225-7001, 252.232-7003 and 252.247-7023 Alt III. The following local clauses also apply: 52.246-4000 Acceptance52.246-4001 Government Property Quality Assurance Actions52.232-4002 Payment52.000-4000 Identification of Contractor Employees (Dec 05)52.224-4001 Disclosure of Unit price information 52.232-4004 Army Electric Invoicing Instructions52.215-4005 Electronic & Non-Electronic Proposal Submission Requirement (July 2009)52.000-4003 Administrative Space Occupied by Contractors at Picatinny Arsenal (February 2010)52.000-4002 Level 1 Anti Terrorist Awareness Training (Oct 2010)52.252-2 -- Clauses Incorporated by Reference The contract will incorporate 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): FAR - http://farsite.hill.af.mil/vffara.htm Local Clauses - http://procnet.pica.army.mil/reference/Clauses/locals.htm 52.212-1 Addenda- QUOTE SUBMISSION This section contains quote submission instructions as well as specific quote requirements for the combined synopsis/solicitation. The offerors quote shall be labeled in a consistent manner with this document. Offerors are expected to submit a quote in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in quotes. The burden of proving acceptability remains with the offerors. General: Please complete provision 52.212-3, Offeror Representations and Certifications-Commercial Items; OR indicate that your companys representations and certifications are current and available via Online Representations and Certifications Application (ORCA). Quotes must be received No Later than 12 September 2011 4:30pm, Eastern Standard Time (EST). Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror. The quote shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for quote (RFQ). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the quote. All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. USACC, BLCC, Attn: ACC-PICA-JA, Giuseppe Tropiano: Giuseppe.tropiano@us.army.mil *All quotes shall include shipping FOB Destination Benet Laboratories, Watervliet Arsenal, NY 12189 Basis for Award The Government will award one (1) Purchase Order for the supply outlined in the Statement of Work. The Government will select for award the quote that is the lowest price and is technically acceptable. Under this approach, a quote will not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability. Evaluation Factors & Evaluation ApproachAll quotes shall be evaluated in accordance with Attachment I: Evaluation Criteria.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/13c5f2139a6cd05b075e465bb77c9100)
 
Record
SN02555782-W 20110901/110831000253-13c5f2139a6cd05b075e465bb77c9100 (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.