Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2020 SAM #6943
SOURCES SOUGHT

99 -- Inkjet Vinyl Printer/Cutter

Notice Date
11/30/2020 8:25:59 AM
 
Notice Type
Sources Sought
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860121Q0035
 
Response Due
12/7/2020 12:00:00 PM
 
Archive Date
12/22/2020
 
Point of Contact
Rachel Gonzales, Phone: 9375224604, Toxie Courtney, Phone: 9375224568
 
E-Mail Address
rachel.gonzales.3@us.af.mil, toxie.courtney.1@us.af.mil
(rachel.gonzales.3@us.af.mil, toxie.courtney.1@us.af.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �SOURCES SOUGHT � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(Not a Notice of Solicitation) Inkjet Vinyl Printer/Cutter The United States Air Force, Air Force Life Cycle Management Center, Base Support Contracting Branch, Wright-Patterson Air Force Base, Ohio is seeking capabilities packages of all potential sources, including small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) that are capable of providing an Inkjet Vinyl Printer/Cutter to the National Museum of the United States Air Force. Firms that respond shall 1) specify that their product meets the specifications provided below NMUSAF and 2) provide detailed information to show clear technical compliance. THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSALS Draft Minimum Requirements are listed below. All interested firms shall submit a response to the Primary Point of Contact,�Ms. Rachel Gonzales, demonstrating their capability to provide these items. As stipulated in Federal Acquisition Regulation (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 (Request for Proposal) 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. The NAICS Code assigned to this acquisition is 333249 (Other Industrial Machinery Manufacturing) with a size standard of 500 employees. Firms responding should indicate their size in relation to this small business size standard, and indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, or HUBZone). Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Please note that the rules governing affiliation and ostensible subcontracting apply when determining size under FAR 52.219-14, Limitations on Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS code is chosen.� Respondents should consider how the primary tasks identified in this sources sought will be broken out between prime & subcontractors to avoid ostensible subcontracting and address this in their response, if necessary. Any information submitted by respondents to this sources sought 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 assessment 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 business or any particular small business program. Please be aware that the Government Acquisition Team is still determining its acquisition strategy, and if it is determined that this buy will be set aside for Small Business or 8(a) participants, FAR 52.219-14 ��Subcontracting will apply..� CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package to Rachel Gonzales at� to Rachel Gonzales at�rachel.gonzales.3@us.af.mil,�that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed five (5) pages.� All correspondence sent via email shall contain a subject line that reads: Inkjet Vinyl Printer/Cutter If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 07 December 2020, AT 3:00 PM Eastern Time. Direct all questions concerning this acquisition to Rachel Gonzales at�rachel.gonzales.3@us.af.mil,�including the necessary subject line indicated above. DRAFT Minimum Requirements: The NMUSAF requires one (1) large-format �inkjet vinyl printer/cutter to replace a defective printer/cutter currently in the Museum Exhibits Division (MUE) for expanding capabilities for graphic displays for new exhibits or to replace damaged or aging wall graphics installed within the museum IAW this Statement of Work. Draft Requirements The large format inkjet vinyl printer/cutter shall meet the following requirements: Immediately Operable All-in-one printer/cutter Ability to print and cut on large roll media, allowing designers/fabricators to work with a range of materials to produce signs, super-graphics, decals, �wraps�, labels,� and other exhibit graphics applications Cutting features by row functions to improve accuracy on long print runs of labels, heat transfers and decals, allowing to print, cut, and die-cut Windows 10 Operating System Must have software compatible with current design software: Adobe CC, Vectorworks, Unity, and Lightwave Ability to produce up to 8 colors, including option of �orange� Wide Format capability up to 64� Minimum of 1200 dpi is required for high resolution output Cutting speed range from .4-11.0 inch/sec with pinch rollers for printing and cutting accuracy Media Clamps Take-up system with ability to handle a range of� media to include films, decals, wraps, labels, heavy banner, and canvas materials Have Bluetooth Technology and Ethernet capabilities for non-network (stand-alone) operations for software upgrades Include all power accessories, equipment stands, clamps, holders, replacement blades, and operation manuals Delivery Delivery FOB within 60 days of contract award. (WPAFB) Installation and Training The contractor shall provide installation of the vinyl printer/cutter, to include uncrating, assembly, and set up. Training shall also be provided to key operators/ MUE personnel in accordance with industry standard. This training shall include initial software and device training. Warranty Manufacturer warranty shall be honored by contractor for all products delivered for this requirement. Warranty on all parts and labor shall be provided for a minimum of two (2) years.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5a10d5c0c495457f8d250c453231ee5c/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05862957-F 20201202/201130230148 (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.