Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2005 FBO #1350
SOLICITATION NOTICE

36 -- Laser Wire and Cable Marking Equipment

Notice Date
8/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS05T0116
 
Response Due
8/20/2005
 
Archive Date
10/19/2005
 
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 above is being issued with the provisions and clauses in accordance with FAC 05-05 as a small business set-aside under NAICS Code 333298. The specifications for the required laser wir e and cable marker are as follows - Functionality and performance of the Laser Wire/Cable Marker should be similar in specification to the Capris 50-300; in addition the Wire and Cable Collection System should be similar to the Capris R500E Rereeler, with the following specification: Ultraviolet solid state Nd:YAG laser; Wavelength: 355nm; Custom designed beam delivery system; Precision character mask system, 1 shot per character, guaranteed control of laser marking energy; Class 1 laser product for use on open shop floor; CE approved product; Complies fully with SAE AIR 5468; Print Specifications-Up to 100 characters per identification mark as standard; Full alpha-numeric character set A-Z (Upper Case), 0-9 Numeric, plus special characters; bold dot, bold square, \ / $ %-()greater tha n and less than symbols pound sterling; Four prints sizes as standard: Small Vertical, 1.00mm x 0.75mm (0.039 x 0.030 inch), Medium horizontal,1.10mm x 0.83mm (0.043 x 0.033 inch), Medium Vertical,1.20mm x 0.90mm (0.047 x 0.035 inch),Large horizontal,1.60mm x 1.20mm (0.063 x 0.047 inch); Mark spacing and end distance from 25mm to 1000mm (1 to 39 inch); Inter character spacing ranges from 2mm to 10mm (0.08 to 0.39 inch); Automatic fon t selection; Ergonomic Spectrum Universe font; Complies fully with SAE ARP 5607. Wire Processing Specification - Maximum speed: up to 30 m/min (100ft/min); Wire size range: 0.75mm to 6.35mm OD (26 AWG-6 AWG), single core wire or multi core cable; Min/ max cable length: 150mm (6 inch)/250 m(10,000 inch)  nominal; Tape wrapped wires: Polymide/Kapton wires: dispersion coated Teflon (PTFE), ETFE and FEP, e.g. Airbus; CF. Teflon tape wrapped (TKT/TK) e.g. BMS 13-60, M22759/80 to 92; Extruded wires: Teflo n (PFTE), Tefzel (ETFE, XLETFE) e.g. BMS 13-48, M22759/32 etc., or FEP. Wire Handling Low tension servo motor wire drive with dc motor powered dereeler; Powered coiling pan with auto speed control; Electric (dc motor) shear for full wire range; Automatic laser knot and splice detection. Control- Fully industrialized PC control system; Data entry of wire identification via keypad, floppy disk or download from (optional) network connection. Site requirements - 230V +/- 10% 50 Hz or 208 V +/- 10% 60Hz (Single Phase); Operating Conditions - Ambien t temperature 15 C to 30 C; Relative humidity 20 % to 80 % (non-condensing). Laser Printer software - Laser Printer to include all peripherals and software including Microsoft Office XP Pro, full USB 2.0 support as well as Microsoft Excel Support; Instal lation and operator on-site training for a minimum of 3 days; Vendor to provide all training/student supplies; Warranty to include  parts and on-site engineer labor for 12 months; Coordination of delivery, installation and training between vendor and gov ernment POC (Alan Stockstill, (417) 874-7365). Wire and Cable Collection System Specifications - Powered high speed rereeling at up to 150m/min (500 ft/min); DC Motor driven take up synchronized to feed rate from Capris Laser Marking Module Controllable ca ble laying mechanism for even rereeling; Controlled wire tension; Quick release mechanism for fast reel changeover; Automatic sensing of wire at the rereeler inlet stops the rereeler at the completion of wire segments; Interlocked safety enclosure; Compact design; 35 mm (1.40 inch) minimum bend radius; Automatic and manual operation; 25 mm (0.98 inch diameter spindle  adaptors available to accommodate other reel center hole diameters; Single phase operation via the main laser marking unit; Accommodates reels up to 390 mm (16 inch) OD, 317 mm (12.5 inch width), 29kg (44 lbs) weight. Capris Parts or equal - 50-300 Laser Wire and Cable Marker similar to or matching the Capris Part; R500E Wire and Cable Collection System similar to or matching the Capris Part; 053-02410-xxYY Dell Computer System Pentium 4 w/256MB, CDRW, and 4-6 USB port s; 053=02401-xxYY 17 inch Monitor Flat Screen. Software - Microsoft Windows XP, Microsoft Office Standard Edition 2003. The following provisions and clauses are applicable to this solicitation - 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Off erors--Commercial Items; 52.212-2 Evaluation--Commercial Items (Factors in descending order of importance are as follows: The government shall award a contract to the lowest priced technically acceptable offeror. Contractor's submitting a quote for an al ternate brand must provide product literature for technical evaluation. The offeror shall be evaluated for acceptable past performance - provide name of company/agency and address as well as an individuals name and telephone number that has knowledge of a bility to meet delivery and provide customer support; 52.212-3 Offeror Representations and Certifications -- Commercial Items (completed document is required). 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Condit ions Required to Implement Statutes or Executive Order -- Commercial Items (a)(b)(2)(3)(5)(10)(14)-(20),(32) or (33)(d)(e); 252.212-7001(a)(b)(c). Offers shall be accepted via e-mail - mary.lea@mo.ngb.army.mil or facsimile (573) 638-9619.
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN00863597-W 20050807/050805212503 (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.