Amendment 2: Removing the 640 CPS requirement.
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: W50S89-22-Q-DN06 is issued as a Request for Quote (RFQ)
Solicitation Date: 8 September 2022
Description: Firm Fixed Priced Contract for the following items:
Item 0001: Laser Marking System, 1 each
Minimum Requirements:
- Unit will be brand new, not refurbished, re-purposed, rebuilt, renewed, or recycled.
- Capable of etching steel, aluminum, stainless steel, brass, anodized aluminum, ABS, Polycarbonate, Delrin, copper, Inconel, and machine tool steel polypropylene foam.
- MINIMUM of 30 watts.
- Furnished with a CDRH Class 1 Safety enclosure. If there’s another Class (i.e. Class 4) use option (such as you can open the Class 1 enclosure for larger tools) then safety eye wear (2 each) must be provided.
- Red-dot pointer indexer or similar pointer.
- Must be able to mark (marking field) items that are a MINIMUM of 12”L x 12”H.
- Powered by 110 to 240 volts AC 50 to 60 Hz single phase.
- Pulsed operation mode.
- A MINIMUM of 100,000 hours life expectancy.
- Air-cooled.
- Maintenance free.
- Delivered with integrated computer system and software included. Software must allow for creation of data by user to include the importing of images, and default material settings selections.
- Must be good quality etching.
- Must have rotary function (i.e. 3-Jaw Chuck attachment).
- Delivered with all parts manuals, maintenance manuals, and preventative maintenance manuals at time of delivery. Electronic format is acceptable.
- Be able to use for marking tools and foam shadowing.
- Must have an exhaust port with a hose like item (at least 6 feet) to be able to connect to existing ventilation system.
- On-site installation if requires more than a plug and play type that a government employee can complete.
- Provide training on how to use the machine and software.
Quotations Due: NLT 9:00 a.m. CST, 20 September 2022. Quotes must be emailed to danielle.nuss.2@us.af.mil. Questions deadline is 9:00 a.m. CST, 15 September 2022 and must be submitted electronically by emailing danielle.nuss.2@us.af.mil.
Point(s) of Contact:
Danielle Nuss, (402) 309-8269, danielle.nuss.2@us.af.mil
FOB Destination: Nebraska Air National Guard, 2420 West Butler Ave, Lincoln, NE 68524
Items shall be received and/or installation complete NLT 180 days ADC. Please provide the lead time needed for the product quoted.
This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification System (NAICS) Code is 333517 and the small business size standard is 500 employees. Classification Code is 3611-Industrial Marking Machinery.
*** To be considered for award, you or your company must be registered with SAM at https://www.sam.gov/portal/public/SAM/. Please note that electronic funds transfer through WAWF is the ONLY acceptable means of invoicing and payment. Refer to https://piee.eb.mil for registration information. Offerors must provide their UEI number, CAGE/NCAGE code, and confirmation of their registration along with their quote.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07, effective 10 August 2022.
The Defense Priorities and Allocation System (DPAS) assigned rating is: none.
The selected Offeror must comply with the following commercial item terms and conditions. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation – Commercial Items applies and the following evaluation factor will be considered to meet the minimum requirements of the government:
The contract will be awarded on the basis of the lowest price that meets or exceeds the solicitation requirements and past performance.
-A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.
-Past Performance based on SPRS Supplier Risk Score to include CPARS and FAPIIS reports. A SPRS Supplier Risk Score in the red and/or more than two terminations for cause/default is unacceptable. No Risk Score will be evaluated as neutral (acceptable).
Offerors must include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33. The following FARS provisions or clauses apply: 52.204-22, 52.232-39, 52.232-40. The following DFARS provisions or clauses apply: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7008, 252.204-7011, 252.204-7012, 252.204-7015, 252.204-7016, 252.204-7017, 252.204-7018, 252.211-7003 (will be incorporated in full text), 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7002, 252.225-7048, 252.225-7055, 252.225-7056, 252.232-7003, 252.232-7006 (will be incorporated in full text), 252.232-7010, 252.232-7017 and 252.244-7000.The full text of a FAR and DFARS provision or clause may be accessed electronically at https://www.acquisition.gov.