SOLICITATION NOTICE
34 -- 34--Laser Engraver
- Notice Date
- 5/13/2021 11:46:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332812
— Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
- Contracting Office
- W7MX USPFO ACTIVITY CA ARNG SAN MIGUEL CA 93451-5000 USA
- ZIP Code
- 93451-5000
- Solicitation Number
- W912LA21Q0017
- Response Due
- 5/28/2021 2:00:00 PM
- Archive Date
- 11/24/2021
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. The solicitation number is W912LA21Q0017 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021- 05. The associated North American Industrial Classification System (NAICS) code for this procurement is 332812 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2021-05-28 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Roseville, CA 95678 The National Guard - California requires the following items, Meet or Exceed, to the following: LI 001: Dual CO2 and Fiber Laser System 1. Minimum Work area 30� X 18� 2. Maximum work area 34� x 22� 3. Minimum wattage: 70 watts 4. Maximum wattage: 100 watts 5. Minimum resolution: 600 DPI 6. Maximum resolution: 1500 DPI 7. Material used: Wood, acrylic, metal, aluminum, brass, glass, ceramic, leather, marble, fiberglass, stainless steel, titanium 8. Capabilities: Engraving, Etching, and cutting 9. Maximum size 60�W x 42� D x 48 high, 1, EA; LI 002: Laptop Computer 1. CPU i7 2. Minimum GPU � 6 GIG GDRR6 3. ANSI Standard QWERTY Keyboard 4. Touchpad with 2 buttons 5. DVD-RW 6. Ports - 3 Ports USB 3.2 Gen 1 (5 Gbits/s) Type A, 2 Ports USB 3.2 Gen 2 (40 Gbits/s) Type C Thunderbolt 3 7. 1TB hard drive preloaded with Windows 10 8. Memory: 64 GB RAM (Motherboard capable of supporting expansion to 128 GB of RAM) 9. 1 Bootable USB Port 10. 1 HDMI 2.0 Port 11. 1 mini-Display Port 1.4 12. 1 RJ-45 13. 1 SD card slot 14. Network Wired and Wireless (WIFI): 802.11 a/b/g/n/ac/ax 15. Display 17.3- inches diagonal (anti-glare) 16. 1920x1080; 220 nits minimum(cd/m2), 1, EA; LI 003: BOFA Advantage 1000 IQ Fume Extractor 1. Directs and filters air from work surface 2. Filter system can be disengaged when working with safe materials, allowing air to circulate normally 3. Includes initial filter(s), 1, EA; LI 004: Software - Graphics software to be used to design logos and names, 1, EA; LI 005: Standard Double Hose Connection Kit to 4"" Port, 1, EA; LI 006: One set of replacement filter(s) for Line Item 003, 1, EA; LI 007: On-site installation of equipment and training, 1, JOB; LI 008: Shipping, 1, JOB; LI 009: Rim-Drive Rotary Attachment 1. Attachment to allow for the engraving of cylindrical items 2. Adjustable to various sized objects, 1, EA; LI 010: On-Site Preventative Maintenance 1. Frequency based on manufacturers' recommendation 2. Maintenance based on manufacturers' recommendation, 1, JOB; LI 011: Vector grid for use with Line Item 001, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - California intends to document bids online to be facilitated by the third-party Marketplace, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerers may submit bids during the specified period of time. National Guard - California is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com.Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process.Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. (a) When a offeror provides an affirmative response in paragraph (a)(1) of the provision at 52.209-5, Certification Regarding Responsibility Matters, or paragraph (h) of provision 52.212-3, the contracting officer shall- (1) Promptly, upon receipt of offers, request such additional information from the offeror as the offeror deems necessary in order to demonstrate the offeror's responsibility to the contracting officer (but see 9.405); and (2) Notify, prior to proceeding with award, in accordance with agency procedures (see 9.406-3(a) and 9.407-3(a)), the agency official responsible for initiating debarment or suspension action, where an offeror indicates the existence of an indictment, charge, conviction, or civil judgment, or Federal tax delinquency in an amount that exceeds $3,500. (b) The provision at 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, implements sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) (and similar provisions in subsequent appropriations acts). When and offeror provides an affirmative response in paragraph (b)(1) or (2) of the provision oat 52.209-11 or paragraph (q)(2)(i) or (ii) of provision 52.212-3, the contracting officer shall- (1) Promptly, upon receipt of offers, request such additional information from the offeror as the offeror deems necessary in order to demonstrate the offeror's responsibility to the contracting officer (but see 9.405); (2) Notify, in accordance with agency procedures (see 9.406-3(a) and 9.407-3(a)), the agency official responsible for initiating debarment or suspension action; and (3) Not award to the corporation unless an agency suspending or debarring official has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government. (c) If the provision at 52.209-12, Certification Regarding Tax Matters, is applicable (see 9.104-7(e)), then the contracting officer shall not award any contract in an amount greater than $5,000,000, unless the offeror affirmatively certified in its offer, as required by paragraph (b)(1), (2), and (3) of the provision. (d) Offerors who do not furnish the representation or certifications or such information as may be requested by the contracting officer shall be given an opportunity to remedy the deficiency. Failure to furnish the representation or certifications or such information may render the offeror nonresponsible. Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (a) This provision implements section 523 of Division B of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts. (b) If the Offeror is proposing a total contract price that will exceed $5,000,000 (including option), the Offeror shall certify that, to the best of its knowledge and belief, it- (1) Has [ ] filed all Federal tax returns required during the three years preceding the certification; (2) Has not [ ] been convicted of a criminal offense under the Internal Revenue Code of 1986; and (3) Has not [ ], more than 90 days prior to certification, been notified of any unpaid Federal tax assessment for which the liability remains unsatisfied, unless the assessment is the subject of an installment agreement or offer in compromise that has been approved by the Internal Revenue Service and is not in default, or the assessment is the subject of a non-frivolous administrative or judicial proceeding.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/690985fb7f4c48278b7c76c152ab1340/view)
- Place of Performance
- Address: 70 Corporation Yard Road , Roseville, CA 95678-4125, USA
- Zip Code: 95678-4125
- Country: USA
- Zip Code: 95678-4125
- Record
- SN06001255-F 20210515/210513230122 (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 |