Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24, 2000 PSA #2733
SOLICITATIONS

99 -- LASER ENGRAVER SYSTEM

Notice Date
November 21, 2000
Contracting Office
FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392
ZIP Code
23511-3392
Solicitation Number
N00189-01-T-0097
Response Due
December 4, 2000
Point of Contact
Winifred Wills Purchasing Agent (757)443-1388
E-Mail Address
Click here to contact via E-mail (Winifred_F_Wills@nor.fissc.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items. Request for quotes are hereby requested under RFQ N00189-01-T-0097, a subsequent solicitation document will not be issued. FISC Norfolk Acquisition Group intends to to purchase the following items: CLIN 0001,1 Ea, 32"X18 Universal Laser Platform, Free-standing unit with integrated cart, motorized Z-axis, auto focus, X-y beam positioning system with motion technology, self-aligning spring loaded seal bearings, stationary processing table, multi-beam combiner, shielded optics, interchangeable focusing optics, flash upgradeable electronics, job complete indicator, system status indicator, relocatable origin, enhanced vector cutting and rubber stamp mode. 3211 x 1811 work area, maximum part size 3711 wide or greater x 23 11 deep or greater x 911 thick or greater. Laser compatibility must be UL-15, -20, -25, -30, -35, -40, -45 or -50 watt air cooled, RF driven, sealed C02 laser in a pre-aligned quick change cartridge. Must accomodate up to 2 or more laser cartridges in any power combination. Must have 2.0 inch (50mm) focal length lens in enclosed lens cartridge. Digital power control continuously variable from 0 to 1009, automatic proportional pulsing and color linked power settings. Resolutions of 1000 x 1000 DPI, 500 x 500 DPI, 333 x 333 DPI, 250 x 250 DPI, 200 x 200 DPI and low resolution draft mode; must have choice of error diffusion or half toning for gray -- scale images. Must have parallel and serial printer port and be compatible with windows 95, windows 98 and HPGL, CAD interface. Must have capability to automatically data compress and store up to 99 files with all settings. Must have LCD display showing current file name; laser power; engraving speed, run time, files loaded into memory buffer, setup and diagnostic menus. Must have operating modes of optimized landscape or portrait modes with raster or vector engraving, vector cutting or combined vector/raster processes. Must contain a Class IIIA interlocked safety enclosure. Single phase 220 VAC, 8 amp, 50/60 Hz. 4 inch exhaust opening. Must include a windows based print driver compatible to IBM computers, P/N X2600; CLIN 0002, 1 Ea, 50 watt universal laser quick change laser cartridge, Must be self contained, P/N UL50; CLIN 0003, 1 Ea, Dual Head., Allows the capability to install a second lens assembly to the motion system rail increasing the production rate of certain jobs, P/N ULDH; CLIN 0004, 1 Ea, Honeycomb Cutting Table, Aluminum honeycomb surface which minimizes the burning of the back-side of objects being completely cut through. Must draw air through rear manifold to remove smoke and cutting vapors generated during the cutting process. Keeps the cut parts and machine cleaner, P/N ULCT; CLIN 0005, 1 Ea, High Torgue Rotary Fixture, Allows laser processing around cylindrical surfaces. Must hold the part by both ends and rotate during the marking, engraving and cutting process. Computer controlled and adaptable to a variety of objects . P/N ULRTY. Manufactured by Universal Laser Systems, Scottsdale, AZ 85260. FOB Point: Destination to Norfolk, VA 23511. The following FAR provisions and clauses apply to this solicitation and are Incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (March 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1999), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 1999) (DEVIATION):, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N00189-01-T-0097, Provisions and clauses which have been incorporated are those In effect through FAC 97-15. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 Which will be in full text. DFAR 252.225-7000 Buy American Act -Balance of Payments Program Certificate (SEP 1999), DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions Of Commercial Items (APR 1999) (DEVIATION), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998, DFAR 252.204-7004, (MAR 2000), Required Central Contractor Registration, (a) Definitions. As used in this clause -- (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor Information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services To identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil.. As a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested items with unit price, extended price, prompt payment terms, remittance address, and a completed copy of FAR 52.212-3. Responses to this solicitation are due by COB DEC 4, 2000. All offers shall be mailed to; Norfolk Acquisition Group, Hampton Roads Detachment, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: W. Wills, Code 202A2M, Norfolk, VA.23511-3392. Facsimile quotations are acceptable. The facsimile number is (757) 443-1376 Reference RFQ N00189-01-T-0097. Nu
Record
Loren Data Corp. 20001124/99SOL005.HTM (W-326 SN5071R9)

99 - Miscellaneous Index  |  Issue Index |
Created on November 21, 2000 by Loren Data Corp. -- info@ld.com