Laser Marking System
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Sep 08, 2022 03:56 pm CDT
- Original Date Offers Due: Sep 20, 2022 09:00 am CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 05, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 3611 - INDUSTRIAL MARKING MACHINES
- NAICS Code:
- 333517 - Machine Tool Manufacturing
- Place of Performance: Lincoln , NE 68524USA
Description
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.
- Capable of printing a MINIMUM of 640 CPS.
- 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.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR NEANG DO NOT DELETE 2433 NW 24TH ST
- LINCOLN , NE 68524-1801
- USA
Primary Point of Contact
- Danielle A. Nuss
- danielle.nuss.2@us.af.mil
- Phone Number 4023098269
Secondary Point of Contact
History
- Oct 05, 2022 10:56 pm CDTCombined Synopsis/Solicitation (Updated)
- Sep 10, 2022 09:11 am CDTCombined Synopsis/Solicitation (Updated)
- Sep 08, 2022 03:56 pm CDTCombined Synopsis/Solicitation (Original)