SOLICITATION NOTICE
36 -- Software
- Notice Date
- 8/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- FM442712030669
- Archive Date
- 9/3/2011
- Point of Contact
- Joseph D. Holt, Phone: 7074247743, Asim W. Siddiqui, Phone: 7074247738
- E-Mail Address
-
joseph.holt@us.af.mil, asim.siddiqui@us.af.mil
(joseph.holt@us.af.mil, asim.siddiqui@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is a small business set aside since it has been determined that a small business can provide the necessary requirements. The solicitation number is FM4427012030669; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 5 Jul 2011; Defense DCN 20110725 effective 25 July 2011, and AFAC 2011-0714 effective 14 July 2011. This acquisition is a small business set aside. The North American Industry Classification System (NAICS) code is 334517. The business size standard is 500 employees. The Federal Supply Class (FSC) is 3695. The Standard Industrial Classification (SIC) is 3844. Travis AFB has a requirement for a software package in conjunction with a 3 axis gantry machine. System must be compatible with 3 axis gantry machine. Specifications for router to produce orthotic products must meet or exceed the following: - Must run on Windows XP, or Windows (deleted) - System must be able to design functional (rigid orthotics), accommodative (diabetic insoles) and positives all from within one interface - Ability to check the orthotic design against the patient's foot scan - Ability to add modifications such as: met domes, custom cutout (cobra, mortons extension, first met head cutout), plantar grooves and etc. - Can create standard or custom-made orthotic templates - Orthotics can be engineered using manual measurements or by scanned foot Data - Ability for users to model own blocks of material, including the placement of drill holes, the creation of boundaries for part-used blocks and the specification of areas of different densities. - Software must be able to program multiple blocks of material for cutting in a single project. - Software to allow the orthotics to be oriented to their lowest height profile to allow orthotics with lower arch to be fitted into thinner blocks to improve material utilization. - Must be able to interface with any standard scanner output, such as stl and dmt - Must be able to allow user to purchase their materials from any supplier they prefer - Must be able to machine using any toolpath strategy customer prefers - Must be able to communicate (output G code) to any CNC machine or router in the market - Ability to create a setup sheet for the machine operator - Ability to save and use part-used workpiece, to minimize waste of material - Ability to auto or manually nest orthotics on workpiece to maximize space - 1 iQube Scanner to serve all of the following functions; must be able to scan patient in weight bearing, semi-weight bearing and non-weight bearing position as well as scan plaster casts and foam boxes. - Scanner must show high quality 3D model of foot along with photograph of foot - Must have a specific interface with a proven toolpath strategy for the Fagor Control - Training for Brace Shop personnel Qty: 1 Ea Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.233-3Protest after Award FAR 52.233-4Applicable Law for Breach of Contracts FAR 52.222-50 Combating Trafficking in Persons FAR 252.204-7003 Control of Government Personnel Work Products FAR 252.232-7010 Levies on Contract Payments FAR 252.232-7003 Electronic Submission of Payment Requests D FARS 252.247-7023 (Alt III) Transportation of Supplies by Sea FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements IAW SOW; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (December 2008). FAR 52.219-6 Notice of Total SB Set Aside FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008). AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to joseph.holt@us.af.mil or fax to 707-424-5189 NO LATER THAN 15 August 2011, 09:00 PM, PST and offers NO LATER THAN 19 August 2011, 09:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is A1C Joseph Holt, Contract Specialist, telephone 707-424-7743. Alternate POC is TSgt Asim Siddiqui, Contracting Officer, telephone 707-424-7738.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FM442712030669/listing.html)
- Place of Performance
- Address: David Grant Medical Center, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02518099-W 20110804/110802234716-36d38f95bab54e4264f520fe3fa4dda7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |