****PLEASE DOWNLOAD COMBO FROM ATTACHMENTS SECTION****
Combined Synopsis/Solicitation
Solicitation Number: FA461321Q1042
Purchase Description: Laser Engraver
This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to Contract Opportunities found on the beta.SAM.gov website as a 100% Small Business Set Aside.
The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461321Q1042-Laser Engraver, as a Request for Quote using FAR Part 12, Acquisition of Commercial Items, and FAR part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 333517, with a small business size standard of 500 employees.
The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2021-06 (effective 12-Jul-21), Defense Federal Acquisition Regulation Supplement DFARS Change 07-29-2021 (effective 29-Jul-21) and Air Force Federal Acquisition Regulation Supplement AFAC 2021-0726 (effective 26-Jul-21).
DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.
**Quotes must be valid through 30 September 2021**
CLIN 0001: Laser Engraver
Specifications:
Engraving Area Minimum 40” x 24”, Maximum 45” x 28”
Maximum Raster Speed Minimum 170”/sec
Acceleration Minimum 5G
Repeatability +/- 0.0006“
Laser Source 120 Co2 / 50 Fiber Watts
Standard Focal Length Lens Minimum 2.85”
Part Height Max 12” (Based on Configuration)
Gantry Motor Type (with encoder) Brushless Servo Motors
Auto Focus Electro-optical auto focus with light barriers, automatic and proper focus of laser beam on work piece surface
Air Assist Direct debris and fumes towards exhaust vents
Harsh Environment Kit Protection for contaminant-intensive operation for rubber stamp
or wood
Transparent top cover
LED lighting
Floor Stand
Fully Enclosed Chassis Double safety interlock system laser safety class 2, CE compliant
maintenance-free
Automatic Focus Mode Automatic focus mode, calculated automatically and Z-axis of
the laser engraver moves in the appropriate position
Black Aluminum Cutting Grid For parts that are smaller than 100mm, remain flat in position
after cutting.
Air Assist Pump Control air assist feature though Job Control
Magnetic Engraving Table Ferromagnetic construction, fix thin material (paper or foils)
with magnets, flat working area for laser engraving and laser
marking
Exhaust Unit
Quantity: 1 Unit of Issue: Each
Quoted Unit Price: $__________ Quoted Total Price: $____________
CLIN 0002: Laptop Computer Including Software
Specifications: Windows 10 Laptop computer with CoreIDRAW Graphics Suite 2019 for Windows and
JobControl XI (Multiple performance-related features, full control and flexibility allow bi-directional
communication between laser and software) software loaded and included.
Quantity: 1 Unit of Issue: Each
Quoted Unit Price: $__________ Quoted Total Price: $____________
CLIN 0003: Shipping
Quantity: 1 Unit of Issue: Each
Quoted Unit Price: $__________ Quoted Total Price: $____________
DELIVERY DATE(S): Estimated Delivery 60 Days After Date of Order/Contract (Please state delivery
timeframe if other than 60 days after date of order/contract)
PLACE OF DELIVERY: F.E. Warren AFB, Wyoming. FOB Destination.
ALL RFQ Questions must be emailed to johnathan.daniels.1@us.af.mil and christopher.davalos@us.af.mil and received no later than 10:00 AM MDT on 13 September 2021.
Quotes MUST be received no later than 10:00 AM MDT on 17 September 2021 by e-mail to johnathan.daniels.1@us.af.mil and christopher.davalos@us.af.mil.
Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.
APPLICABLE FAR CLAUSES:
All applicable Provision/Clauses can be found in Attachment 1 – Provisions and Clauses. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis/solicitation for easier viewing for the vendor.
FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--
COMMERCIAL ITEMS
(m)
(1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be
solved by giving precedence to the Addendum to FAR 52.212-1.
(2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired,
seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
(3) The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and
“quote,” respectively. Further, the term “award” shall be understood to describe the Government’s
issuance of an order.
(4) The Government will consider all quotes that are timely received and may consider late quotes.
Failure of a quote to address any items required in the submission package may make a quote
Unacceptable.
(5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:
(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall
provide the following, as part of the quote submission package, no later than the required time and date
for quote submission.
(1) Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and
extended price.
(2) Total Firm Fixed price
(3) Any Discount Terms
(4) Estimated time of delivery
(5) Technical Submission Requirements
(i.) For Parts/Supply buy, the quote shall contain a description including part number and title for
each item listed in the solicitation to allow the Government to verify that the quoted parts match the
requirements listed in the requirements schedule.
FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) Technical capability of the item offered: meets the required specifications identified within each CLIN.
(ii) Price: Award will be made to the lowest price technically acceptable. No additional
information from the offeror will be required if the price is based on adequate price competition. In the
event adequate price competition does not exist, the contracting officer will obtain information from the offeror (if required) to determine the reasonableness of the offered prices.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without
further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
AFFARS 5352.201-9101 AFGSC Ombudsman 10/1/2019
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location – Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.
(End of clause)
ATTACHMENTS
Attachment 1 – Provisions and Clauses