Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2004 FBO #1032
SOLICITATION NOTICE

70 -- FARO Laser Tracker

Notice Date
9/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F4LMCA04009916
 
Response Due
9/28/2004
 
Archive Date
10/13/2004
 
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 solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARs Change Notice (DCN) 20030331. NAICS is 334519 with a small business size standard of 500 employees. Solicitation is for commercial purchase of: 1 ea Faro Laser Tracker (SI) Control Station P/N CS-L0300-21, to include: 1 ea Target tooling Kit P/N 069-90-110 1 ea FLT Folding Stand with wheels P/N ACCS0137 1 ea 0.500? Break Resistant SMR 950-01061 1 ea Reset Cone for 6mm Retro Probe P/N 069-90-126 1 ea CS Platinum 8?7? axis P/N CS-P085-21 1 ea 0.5? SMR Kit P/N 950-00770 Basic training on both the laser tracker & Faro Arm Setup for 2 people at manufactures facility. 5 days total training requested. Laser Tracker Measurement Range: Laser tracker must work at distances to 115 feet. Integration: Tracker and Arm must be able to work together to capture large measurement volumes and must come already integrated Power: Tracker must accept a variety of line power, and even battery power for portability. Target Tooling: Must include a variety of extensions, nests, and edge tools to accommodate a variety of target sizes and shapes. Must include economical and break resistant Spherically Mounted Retro-reflectors (SMR) for durability. Portability: Must include any stands or wheels required for shop floor mobility. Must be able to mount vertically, horizontally, or upside down. Computer Configuration: Each unit must have it?s own dedicated computer OS: Must work in Windows XP Pro Portability: Ruggedized or Industrialized laptop computer is preferred. Power: Must accept a variety of line power, and even battery power for portability. Software Capability: Capture data points as a database for storage Export: Database compatible with current AutoDesk products CMM: Must be able to compare physical characteristics of a part with engineering design model Tolerances: Must be able to capture tolerances of the part for QC purposes. Training Operation, setup, basic measurement, CAD-to-part inspection and programming training. Either on-site or at contractor facility. Or equivalent. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alt I, 52.222-22, 52.222-25 with their offer. If the offeror does not have a copy of these provision go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 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) technical capability of the item offered to meet the Government requirement (ii) price (iii) past performance 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alternate I 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates 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 address: http://farsite.hill.af.mil. 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions-Commercial Items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.247-34 FOB Destination 52.253-1 Computer Generated Forms. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.204-7004 Alternate A 252.211-7003 Item Identification and Valuation 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.242-9000 Contractor Access to Air Force Installations (JUN 2002) Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 by COB (1630 PST) on 28 Sep 04. Any questions concerning this synopsis should be submitted to the Contract Negotiator, Ronda Satori, by email at, ronda.satori@edwards.af.mil or by fax at (661) 275-7824. Faxed/email transmissions of quotes are preferred.
 
Place of Performance
Address: Bldg 1400 Rm 413, 307 E. Popson, Edwards AFB, CA
Zip Code: 93524
Country: USA
 
Record
SN00678379-W 20040923/040921212005 (fbodaily.com)
 
Source
FedBizOpps.gov 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.