MODIFICATION
36 -- LASER MARKING SYSTEM
- Notice Date
- 3/16/2005
- Notice Type
- Modification
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024405T0388
- Response Due
- 3/15/2005
- Archive Date
- 4/15/2005
- Point of Contact
- Deborah Reid 562-626-7865 562-626-7275 fax
- E-Mail Address
-
Email your questions to Use this e-mail address to contact the contract specialist
(deborah.reid@navy.mil)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-05-T-0388. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-27 and DFARS Change Notice 20050222. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333518 and the Small Business Standard is 500 employees. Notice of intent to issue RFQ on a sole source basis to Telesis Technologies Inc, Circleville, OH for 1 ea. PROSCRIPT Zenith 10F, 10 watt Diode Pumped YB: Fiber Laser Marking System Laser controller electronics, (19" rack mount) includes laser power source galvo power supplies, E-stop, keyswitch, shutter controls, red-pointer diode, drive electronics, Fiber delivery cable (10 FT. MAX) Desktop PC system, (Compaq EN series), monitor (17" SVGA), keyboard and mouse; (latest PC specifications available). PROSCRIPT laser software package Flat field lens 160 mm 3.5" X 3.5" marking field, 6.92" working clearance). Class I stand-alone workstation base support assembly, extruded aluminum framework, 60" x 26" x 34" load height. Anti-vibration leveling feet. Class I enclosure with clear lexan panels. Manual sliding door. Door interlock. Black anodized aluminum plates, top plate, pc, and laser controller storage plates. Laser tool post assembly. Monitor support assembly, swivel mount ! w/keyboard shelf pullout. Powered z-axis assembly, (for height adjustment). Drive controls for z-axis. Power supply for powered z-axis. Junction box mounting and switch controls. One pattern pre-programmed and stored in the pc system. Optional programmable z-axis upgrade. Includes the following auxiliary axis controller with associated electronic cables. Stepper drive motor controls and software interface. Only for the above workstation. Optional RD3 rotary unit drive and associated components. RD5 rotary drive unit; includes manual three-jaw chuck 3" diameter and stepper drive. 6.1" x 6.4" x 4.1" overall dimensions. Required electronic control cables, (requires auxiliary axis controller, provided in option c). Only for the above workstation. Warranty - 2 years focus finder diode-to aid in part alignment and focusing of the laser beam for z-axis adjustment. Filtered vacuum system -includes three stage filters, single 3" fume port hose, 115VAC power, 68DB sound level, floor m! ount with locking casters; (16" x 16" x 27" high; 80lbs) installation and start up service and support. Training - 2 day advanced program includes: system operation, component layout functions, safety guidelines, CDRH requirements, consumable part replacements, preventative maintenance, software programming and pattern design, error message problem/solution and troubleshooting. Plus specific customer part pattern design and system optimization. Additional day of hands on programming and design. A non-competitive procurement is anticipated utilizing Simplified Acquisition procedures. All items are to be delivered to NWAS Corona Division, Norco, CA 92860. Anticipated awards date 15 MAR 2005. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt I; 252.247-7024, Notification of Transportation of Supplies by Sea. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within ten days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency.
- Web Link
-
Click here to get more information about FISC, San Diego
(http://www.sd.fisc@navy.mil)
- Record
- SN00770238-W 20050318/050316212500 (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 |