Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2005 FBO #1366
SOLICITATION NOTICE

34 -- Laser Marking System

Notice Date
8/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
333518 — Other Metalworking Machinery Manufacturing
 
Contracting Office
115 FW/LGC, Wisconsin Air National Guard, 3110 Mitchell Street, Building 500, Madison, WI 53704-2591
 
ZIP Code
53704-2591
 
Solicitation Number
W912J2-05-R-1002
 
Response Due
9/5/2005
 
Archive Date
11/4/2005
 
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 115 Fighter Wing is soliciting quotes for a 15 watt laser marking system, to be delivered to the Wisconsin Air National Guard, Truax Field, Madison WI 53704. This requirement is a 10 0% SMALL BUSINESS set-aside acquisition. Issued as a Request for Quotation, proposals are being requested and a written solicitation will not be issued. The NAICS code is 333518 and the Standard Industrial Classification (SIC) 3699 applies to the procure ment. The contractor shall provide the following items OR EQUAL; the RMI specification is used as a baseline only all OR EQUALS will be considered, final approval concerning OR EQUAL will be made by the Contracting Officer; CLIN 0001  (1) each Arch er S 15 Watt Laser Marking System (RMI Laser Division). This item consists of the following, Marking Head: High-speed/precision Galvanometer beam control, 160 mm F-Theta Focusing Lens for a 100 mm x 100 mm marking area, Nd: YV04 crystal (fiber optic coupl ed), Diode-pumped Laser Source, 1064-nm wavelength, Q-switched Operation, CDRH Class IV Level of Manufacture. Diode Controller: Diode-pumped Power Source (Fiber Coupled to Marking Head), TE Cooling System, 19 Rack Mount Controller, Input Power: 100-240V AC, 50/60 Hz. Laptop Computer, Standard Tower, or Industrial PC: RMI Laser Division Laser Software, Windows Platform, Serial Communication, Mounting Stand; CLIN 0002: To include 1 each (per unit) Z-Axis Standard Lab Jack (for use with Class I or IV sys tems) and 1each Eye Protection Glasses (for use with Class I or IV systems). CLIN 0003: Installation and training to be included in price. The offeror shall include descriptive literature such as specifications, brochures or other manufacturing informati on that fully describes the item being offered. The item is to be delivered FOB Destination within 45 days ARO to the following address: 115 MXG, 3110 Mitchell Street, Building 404, Madison WI 53704. The following provisions are included in this acquisit ion: FAR 52.212-1, Instruction to Offerors-Commercial Items, Commercial (Jan 2004). The Government will make an award to the responsible offeror whose offer conforming to the solicitation is the lowest price. Offerors shall include with their quotes a c ompleted signed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2004). The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003); FAR 52.212-5, Contract T erms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2004). The following additional FAR clauses cited within clause 52.212-5 also apply; 52.203-6, Restriction on Subcontractor Sales to the Government, with Alt 1: 5 2.219-6, Notice of Total Small Business Set-Aside; 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 w orkers with Disabilities; 52.225-1, Buy American Act, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; FAR Clause52.247-34, FOB Destination applies to this acquisition and DFARS 252.204-7004, Required Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Request; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.246-7000, Material Inspection and Receiving Report, are applicable to the acquisition and the Service Contract A ct, 52.222-41. The full text of these provisions and clauses may be accessed electronically at this address: http://farsite.hill.af.mil. **SPECIAL REMARKS** To be eligible to receive an award resulting from this solicitation, contractor must be registere d in the DOD Central Contractor Registration (CCR), NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. For information regarding this solicitation, contact MSgt John Meyers, john.meyers@wimadi.ang.af. mil. Responses to this RFQ must be received by FAX (608) 245-4489 or e-mail by 1600 local time 5 September 2005.
 
Place of Performance
Address: 115 FW/LGC Wisconsin Air National Guard, 3110 Mitchell Street, Building 500 Madison WI
Zip Code: 53704-2591
Country: US
 
Record
SN00875743-W 20050823/050821211531 (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.