SOURCES SOUGHT
34 -- Portable Articulating Arm
- Notice Date
- 6/26/2015
- Notice Type
- Sources Sought
- NAICS
- 332216
— Saw Blade and Handtool Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-15-Q-B142
- Archive Date
- 7/25/2015
- Point of Contact
- Keona L Franklin, Phone: 3214949958, Cheryl T. Witt, Phone: 321-494-4394
- E-Mail Address
-
keona.franklin@us.af.mil, cheryl.witt@us.af.mil
(keona.franklin@us.af.mil, cheryl.witt@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B142 shall be used to reference any written responses to this sources sought. The North American Industry Classification Systems (NAICS) Code proposed 332216. The size standard for NAICS is 500. The requirement is to provide a Portable Articulating Arm Coordinate Measuring Machine (AACM) that meets the following brand name or equal: Item Number Item Description Item Quantity 0001 FARO Edge, 6ft. 7 Axis 1 0002 FARO Laser Line Probe HD for Edge 1 0003 GEO Design X 1st yr. Maintenance 1 0004 Geomagic Design X Training Classroom (Geomagic Design X training for 3 days/1 student) 2 0005 Granite Rolling cart or USB Arms 1 0006 CAM2 Measurement. 10-Full Version-Rev 10.4.2 1 0007 CAM2 Q/Measure 10 Lic. # port lock 1 0008 CAM2 M10 Arm Training 1 0009 Notebook Power User - SSD 1 0010 Probe Extension Kit - For USB FARO Arms 1 Salient Characteristics: - Minimum measuring range of 6ft - Minimum of 7 axes, infinite rotation movement - Touch probe have a dingle point articulation specificaton of ≤0.0009 and a volumetric articulation specification of ≤ 0.0013 - The laser scanner accuracy be ±0.0008", repeatability of 0.01" (2σ), minimum of 2000points/line, and a minimum scan rate of 280 frames/second. - Rolling cart with granite surface plate - Laptop controller - Measurement software and Geomagic Design reverse engineering software See purchase description attachment for further specification of items. If an "or other" is being offered, please provide specifications with information below. What is the purpose of the item(s): The AACMM is used to augment inspection and reverse engineer parts. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Also, please provide specifications if an "or other" vs brand name. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q-B142, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 10 JUL 15 @ 3:00 pm ET.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B142/listing.html)
- Record
- SN03777862-W 20150628/150626234751-e633f5cbf0f350b5232b99be304cbe79 (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 |