SOLICITATION NOTICE
36 -- Laser Wire Marking System
- Notice Date
- 4/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339943
— Marking Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8629-12-R-2436
- Archive Date
- 5/18/2012
- Point of Contact
- Richard T. Saltsman, Phone: 9372558574
- E-Mail Address
-
richard.saltsman@wpafb.af.mil
(richard.saltsman@wpafb.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 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. Solicitation Number FA8629-12-R-2436 is issued as a request for proposal (RFP). This requirement is set-aside 100% for Small Business NAICS: 339943 Number of Employees: 500 Award will be based on the lowest priced offer that meets the following: The requirement is for one (1) tabletop laser marking system for wire/cable. General Description: The marking system shall have (at minimum): • Portable tabletop laser marking system. • The unit needs to meet MIL-W-5088L and MIL-M-81531. The unit will need to have full graphics capability including upper and lower case, the capability for different fonts and graphics that can be marked on wires, wire bundles, and tubing, and the unit must have unlimited fonts/size and can print horizontal, vertical, or multiline. • Spacing for marking from.1 to 99 inches with a feed speed up to 40 feet per minute. • The unit needs to handle wire sizes from 26 - 6 AWG. • Must have a powered coil pan that has a power cutter. • The unit cannot have special power or cooling requirements and must be mounted on a portable cart. • The unit needs to be able to operate in an environment that allows it to be moved around without a recalibration task being accomplished. • The unit needs to be low maintenance or maintenance free. • The unit needs to be operating in place at the RDIF no later than 15 June 2012. Price should be FOB Destination Rapid Development Integration Facility (RDIF), WPAFB, OH 45433. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers may be submitted on company letterhead stationery. Offerors must include a completed copy of the provision 52.212-3 Offeror Representations and Certifications--Commercial Items with the offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following provisions and clauses also apply: FAR Clauses: 52.212-2, Evaluation - Commercial Items 52.212-3, Offeror Representations and Certifications--Commercial Items, Alternate I 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-4, Applicable Law for Breach of Contract Claim 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification DFARS Clauses: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001, Buy American Act and Balance of Payments Program 252.247-7023, Transportation of Supplies by Sea 5352.201-9101, Ombudsman Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) necessary for this acquisition (and consistent with customary commercial practices) will be determined by the contracting officer. Proposals are due by 4pm eastern time on 3 May 2012. Contracting Office Address: Bldg 46 1895 5th Street WPAFB, OH 45433-7233 Or e-mail: Richard.Saltsman@wpafb.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-12-R-2436/listing.html)
- Record
- SN02729540-W 20120426/120424234953-350575186acaeed5c73772fc542a6067 (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 |