Laser Engraver
Combined Synopsis/Solicitation Solicitation Number: FA461319Q1024 Purchase Description: Laser Engraver. This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with... Combined Synopsis/Solicitation Solicitation Number: FA461319Q1024 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 the Federal Business Opportunities (FBO) web-site as a Small Business Set-Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461319Q1024, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 333517, with a small business standard of 500 employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-12 effective 12-Jun-19, Defense Federal Acquisition Regulation Supplement DPN 20190215 effective 8-Jun-19 and Air Force Federal Acquisition Regulation Supplement AFAC 2018-0525 effective 25-May-18. DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination. Laser engraver must be equal to or better than Epilog Laser Engraver: Fusion M2 32 CO2 Laser system - 75 watt. 32"x20" active work arean75 watt CO2 laser. Must have the ability to cut on wood, acrylic, plastics, glass, textiles, cork, leather, steel, rubber coated material...etc. Air Assist, Red Dot Pointer, 64MB RAM, 2.0 Lens, USB/cable to connect to computer or be able to operate without Bluetooth or WIFI. Auto Focus with variable resolution to 1200 DPI and 75 watt CO2 laser. CLIN 0001: Laser Engraver Quantity: 1 Unit of Issue: Each Unit Price: $____________ Extended Price (Quantity X Unit Price):$______________ DELIVERY DATE(S): 60 Days ADC PLACE OF DELIVERY: F. E. Warren AFB, WY Responses/quotes MUST be received no later than Tuesday, July 30, 2019; 1600 hours (Mountain Time). Any questions regarding this solicitation must be received no later than Monday, July 29, 2019; 1300 hours (Mountain Time). Forward responses by e-mail to tanya.mccorkel@us.af.mil Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: 52.212-1 Instructions to Offerors-Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (Oct 2018) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) 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; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. Full clause is in attachment. 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: • In order to be technically acceptable the laser engraver need to meet all the specifications. • Laser Engraver must be equal to or better than Epilog Laser Engraver: Fusion M2 32 CO2 Laser system - 75 watt. • Must be able to cut on wood, acrylic, plastics, glass, textiles, cork, leather, steel, rubber coated material...etc. • Air Assist, Red Dot Pointer, 64MB RAM, 2.0 Lens, USB/cable to connect to computer or be able to operate without Bluetooth or WIFI. Auto Focus with variable resolution to 1200 DPI and 75 watt CO2 laser • Award will be made to the lowest price technically acceptable meeting the specific requirements. 252.232-7006 Wide Area WorkFlow Payment Instructions. (DEC 2018) As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a) Definitions. As used in this clause- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. Payment request and receiving report are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. Invoice and Receiving Report (Combo) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. N/A (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) ) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (f) [Note: The Contractor may use a WAWF combo document type to create some combinations of invoice and receiving report in one step.] (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* | Field Name in WAWF || Data to be entered in WAWF | | Pay Official DoDAAC || F87700 | | Issue By DoDAAC || FA4613 | | Admin DoDAAC || FA4613 | | Inspect By DoDAAC || F1YTAA | | Ship To Code || F1YTAA | | Ship From Code || N/A | | Mark For Code || N/A | | Service Approver (DoDAAC) || F1YTAA | | Service Acceptor (DoDAAC) || F1YTAA | | Accept at Other DoDAAC || N/A | | LPO DoDAAC || N/A | | DCAA Auditor DoDAAC || N/A | | Other DoDAAC(s) || N/A | (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activitys WAWF point of contact. www.aptac-us.org (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) (End of Clause) Attachment 1 -Clauses and Provisions
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »