Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOLICITATION NOTICE

59 -- UV LASER WIRE MARKING MACHINE - Package #1

Notice Date
1/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333993 — Packaging Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AE4328B001
 
Point of Contact
Steven Winner, Phone: (661) 277-7707, Alberto Safille, Phone: (661) 277-2704
 
E-Mail Address
steven.winner.1@us.af.mil, alberto.safille@us.af.mil
(steven.winner.1@us.af.mil, alberto.safille@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
UV LASER WIRE MARKING MACHINE Combined Synopsis/Solicitation - F1S0AE4328B001 THIS IS A BRAND NAME OR EQUAL ACQUISITION: This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-79 and DFARs Change Notice (DPN) 20141216. NAICS is 333993 with a business size standard of 500 employees. This acquisition is a BRAND NAME OR EQUAL acquisition as indicated in FAR 19.502-6(h) and is an open market solicitation. The Air Force Test Center (AFTC), at Edwards AFB, CA is soliciting for a UV Laser Wire Marking Machine as follows: BRAND NAME OR EQUAL TO: SPECTRUM TECHNOLOGIES PLC QUANTITY OF ONE (1) EACH, Nova 820 UV Laser Wire Marking Unit. Minimum Salient Characteristics Mechanical: • Laser: o Ultraviolet laser type • Print Specification: o Full alphanumeric character set A-Z (upper case) 0-9 plus blank space. Special characters such as /\()<>$%+- o Horizontal and vertical mark spacing: 1 in. to 39 in. o Conforms to SAE ARP5607 print legibility o At least 4 font sizes o Up to 100 characters or more per identification o Programmable mark spacing from 1" (25mm) to 4"(1000mm) in 1mm increments o "Source" and "Destination" marking at wire ends for directional routing • Wire Specifications: o Wire diameter: from 6 AWG to 26 AWG o Wire type: Teflon (PTFE), Tefzel (ETFE, XLETFE), Teflon wrapped, Polymide / Kapton wires o Cable Length Marking: 6 in. min to 10,000 in. max o Cut to length o 12" Coiling pan or larger o Production capabilities up to 10,000 ft per 8-hr shift • Control systems: o Standard PC controlled system o PC must operate on Win 7 Service pack 1 or greater. 64 bit software encouraged. o Underlying operating system and shared files can accept security patches and upgrades (OS patches can be applied. If used, the.NET and Java frameworks can be updated). o Menu driven control software o Software must run as regular user (Admin user only used for software installation). o Software updates through USB or optical drive (this will be a standalone system) • Environmental conditions: o 60 to 90 degrees Fahrenheit o 20% to 80% humidity o Exhaust filtration system (wire room is not equipped with exhaust / ventilation port) • Manuals o Operator's manual o Maintenance manual o Technical manual • Maintenance o List of recommended consumables (on-hand items to prevent work stoppage). This list can be included in Maintenance manual. • Warranty and support: o A standard commercial warranty shall be required as outlined in FAR 52.212-04. Electrical Interface: • Electrical conditions: o 120V or 240V 60HZ single phase and/or any necessary electrical adaptors Safety: • Wire marking machine shall conform to OSHA Laser safety standards (example: Wire marking machine shall not operate if Laser protective doors or wire spool enclosure is not closed). Delivery: 10 WARO Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. OFFERORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION) INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i. Price ii. Technical capability of the item offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following provisions and clauses apply: Clause 52.211-06, Brand Name or Equal; Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-04, Contract Terms and Conditions--Commercial Items; Clause 52.212-05, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: Clause 52.222-26, Equal Opportunity; Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations; Clause 252.211-7003 Item Identification & Valuation Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; Clause 252.223-7008 Prohibition of Hexavalent Chrome Cr+6. Clause 252.225-7001 - Buy American Act; Clause 252.232-7010. Levies on Contract Payments; Clause 252.244-7000 Acquisition of Commercial Items. Clause 252.247-7023 Alt III Transportation of Supplies by Sea. The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials; Clause 5352.201-910, Ombudsman; The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable offer, technically acceptable is meeting all minimum salient characteristics. Offeror's are instructed to complete the provision DFARS 252.209-7992, as attached, IN FULL TEXT. This must be returned with the offeror's quote. Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than February 6, 2015 at 3:30 pm PST. E-mail address: steven.winner.1@us.af.mil. Phone: 661-277-7707, Fax: 661-277-0470.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AE4328B001/listing.html)
 
Place of Performance
Address: AFTC/PZIEA, 5 South Wolfe Avenue, Bldg. 2800, Edwards Air Force Base, California, 93524, United States
Zip Code: 93524
 
Record
SN03621716-W 20150123/150121235622-2e2021295b94b9e9643be300e24412ee (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.