Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

36 -- Laser Marking System

Notice Date
7/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-18-R-0016
 
Archive Date
8/8/2018
 
Point of Contact
Beth K Chapman, Phone: 7578784827, Beth K Chapman, Phone: 7578784827
 
E-Mail Address
beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil
(beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Aviation Development Directorate-Eustis (ADD-E) Contracting Office, U.S. Army Contracting Command, intends to award a small business set-aside firm-fixed-price contract. The contract document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-99. The solicitation number is W911W6-18-R-0016 and is issued as a request for quotes. The proposed contract action, a commercial item purchase in accordance with FAR Part 13, Simplified Acquisition Procedures, is for one (1) Laser Wire Marking System with installation and training. The following features are required but are not limited to: (1) air cooled system; (2) turnkey laser marking system for wire/cable; (3) complies with MIL50881, AS50881 BAC5152 at a minimum; (4) conforms to SAE ARP5607 (legibility of print); (5) 355 nm solid state UV YAG laser, class 1 for use on open shop floor; (6) full graphics capability including upper and lower cases of alpha-numeric characters in any language, bar codes, logos, etc.; (7) unlimited font/size selection and orientation (horizontal & vertical & multiline); (8) mark spacing from 2.5 mm (0.1 inch) to 2500mm (99.9 inch); (9) three different messages and variable mark spacing along wire length; (10) machine production rate is up to 100 ft/min; (11) wire sizes 0.75 mm to 10 mm (26 AWG-4 AWG); (12) single conductor wire or multi-core cable; (13) any UV laser markable wires including, but not limited to: TKT/TK wires such as BMS 13-60, M22759/80-92, and ETFE, XL-ETFE such as BMS 13-48, M22759/32, etc.; (14) powered coil pan; (15) belt type wire pulling mechanism for round wire and twisted cable; (16) powered cutter; (17) shrink tubing marking in single/multiple lines capable; (18) system controlled by a laptop PC; (19) Windows operating system, M100LFG-TT operating software, Excel, etc. compatible; (20) integrated laser calibration software; (21) electrical power 110/220 VAC, 50/60 Hz; (22) shop air; (23) ambient temperature 10 C to 40 C; (24) relative humidity 20% to 90% (non-condensing); (25) technical support; (26) operation and maintenance manual; (27) one-year warranty on a whole system (parts and labor); (28) set of spare belts and cutting blades; (29) on-site installation/training; and (30) one portable cart with a motorized wire pre-feed. Delivery time, shipping charges, and warranty terms shall be included in the quote. Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Fort Eustis, VA 23604. Completion date shall be not later than ¬¬¬¬4 weeks after contract award. Expedited early delivery is acceptable and preferred. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Provisions incorporated by reference include FAR 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation; FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-20, Predecessor of Offeror; FAR 52.204-22, Alternative Line Item Proposal; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; FAR 52.219-1, Small Business Program Representations; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-0001, Line Item Specific, Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-19, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 52.212-2, Evaluation--Commercial items, 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 applicable North American Industry Classification Standard (NAICS) code is 333999. The small business size standard is 500. The Government will review and consider all quotes received meeting the criteria stated above, within the closing date set forth in this notice. Companies shall reference W911W6-18-R-0016 in all correspondence with the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow website http://wawf.eb.mil. All prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Quotes are due not later than 24 July 2018, 2:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Beth Chapman by email at beth.k.chapman.civ@mail.mil or at 757-878-4827.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d3adb88e870d1251a0c760005f2af4fa)
 
Place of Performance
Address: Building 401, Lee Boulevard, Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN04994874-W 20180719/180717231012-d3adb88e870d1251a0c760005f2af4fa (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.