Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2020 SAM #6852
SOLICITATION NOTICE

36 -- LASER ENGRAVER

Notice Date
8/31/2020 2:53:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333244 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP20R0031
 
Response Due
9/11/2020 11:00:00 AM
 
Archive Date
09/26/2020
 
Point of Contact
William T. Brown, Contract Specialist, Phone: 8014324273
 
E-Mail Address
william.t.brown68.civ@mail.mil
(william.t.brown68.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION:� W911YP20R0031 AGENCY/OFFICE:� Utah Army National Guard/USPFO DELIVERY LOCATION:� Utah Army National Guard / 640th 17800 S Camp Williams Rd Bluffdale, UT 84065 SUBJECT:� Laser Engraver RESPONSE DUE DATE:� 12:00 PM MST 11 September 2020 CONTRACTING POC:� William (Billy) T. Brown III���������� Email:� William.t.brown68.civ@mail.mil�� Phone:� 8014324273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS (SB) SET-ASIDE.� ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WILL BE ACCEPTED***** The Utah Army National Guard is soliciting a requirement for one (1) LASER ENGRAVER under combined synopsis/solicitation W911YP20R0031 and is being issued for Request for Quotations (RFQ).� This requirement is being solicited as a Total Small Business set-aside under NAICS code 33249 �Other Industry Machinery Manufacturing� which has a Small Business Size Standard of 500 employees (www.sba.gov).� FOR VENDOR�S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.� Wholesaler NAICS codes will not be accepted.� Delivery shall be 60 days ARO.� This award should be able to be filled by a single vendor. This requirement calls for the purchase and delivery of:� (1 EA) LASER ENGRAVER Technical Specifications:� One (1) Laser Engraver Ability to engrave on multiple materials Ability to cut or engrave directly into the metal at different depths Ability to engrave on round surfaces (ie: yeti cups, hydro flasks, etc) Self-contained: no need for special eye protection Have options for multiple fonts Ability to engrave a large surface/plaque System software training for users (minimum of two users and two days of training) � fixed laser 2-5 year warranty plan to include system parts and labor Integrated stand & swing arm Supply circuit: 110 - 230v (+/- 10%), 16a, 50hz, t-slot plate Computer with CAD2 software 50 watt Engine LS series, 254mm & 163mm std lens, high speed digital scan head, auto door (elec), ext. Ralfocal point kit, mech z-axis Focus Diode Kit and External RAL T-slot baseplate Rotary device Extended length with tailstock Dual 3 jaw chucks with pins, adjustable angle/pitch Adjustable base provided to install primary rotary for ring engraving Fully enclosed system, so that eye protection and other PPE are not required for use Class IV laser system, with a pulse fiber laser Minimum working table dimensions XY axis:� 750mm x 500mm Z axis 390mm FAR REGULATION: All offerors are notified this information because this solicitation is a small business set-aside and is subject to Federal Acquisition Regulation (FAR) 19.102(f) (the �Non-Manufacturer Rule).� FAR 19.102 (f) states that �a small business primer contractor who is not manufacturing the supplies to be purchased by this solicitation must furnish items of a small business manufacturer who produces the items in the United States or its outlying territories�.� This solicitation is also subject to FAR Clause 52.219-14, �Limitations on Subcontracting�.� FAR Clause 52.219-14 states that �any small business prime contractor who is a manufacturer of the supplies must perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.� CONTRACT TYPE / EVALUATION CRITERIA:� The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA).� An LPTA quote is one that meets all the technical aspects outlined in this solicitation while being the lowest price quote, IAW FAR 15.101-2.� For quotes to be technically acceptable they must demonstrate being able to deliver 60 Days ARO. SAM REGISTRATION:� All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing.� All qualified responses will be considered by the Government.� In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. QUOTES:� Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 1200 PM MST 11 SEPTEMBER 2020.� All submissions should be sent via email to:� william.t.brown68.civ@mail.mil.� Facsimiles will not be accepted.� Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.� Responses received after the stated deadline will be considered non-responsive and will not be considered. PROVISIONS:� The following provisions are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.204-7 - Central Contractor Registration FAR 52.204-26 � Covered Telecommunications Equipment or Services Representation FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. �This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. �Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/91cbd10f9bf347ad8490163f5268142e/view)
 
Place of Performance
Address: Draper, UT 84020, USA
Zip Code: 84020
Country: USA
 
Record
SN05780518-F 20200902/200831230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.