Printed Circuit Board (PCB) Plotter
This is a combined synopsis/solicitation for a commercial item, prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented, with additional information included in this notice. ... This is a combined synopsis/solicitation for a commercial item, prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented, with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number, FA700019QA047 Amendment 1, in accordance with FAR Parts 12 & 13. The amendment replaces the original solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-101, 26 October 2018. The North American Industry Classification System Code (NAICS) is 334418, Printed Circuit Assembly Manufacturing and the size standard is 500 employees. This acquisition will be conducted with full and open competition. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). The government bears no legal liability for bid cost associated with this request for quote. Vendors should not submit a quote unless they are willing to absorb all cost associated with submitting a quote. Quotes submitted with used, reconditioned, refurbished, gray market or liquidated stock will not be considered for award. The government is not required to award this contract. Changes made to the amendment include the following and are explained in detail in Section 1. Description of Items, Section 2. Pricing, and Section 3. Solicitation Instructions: •1. Salient characteristics •2. Brand name or equal to information •3. Accessories necessary for the plotter to be able to function correctly •4. An extension for the receipt of quotes to 25 June 2019 Please read and comply with all requirements for submitting a quote under the solicitation instructions and the addenda to FAR 52.212-1. Failure to comply with all instructions contained within this synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. •1. DESCRIPTION OF ITEMS: The United States Air Force Academy (USAFA), has a requirement for the purchase of one Printed Circuit Board (PCB) Plotter to include all of the salient characteristics. Some of these characteristics have been amended since the prior version of this solicitation: - Units dimensions fit within 28" x 28" x 36" - Work area 12" x 9" x 0.4" minimum - .02 mil resolution - Spindle maximum speed 100,000 rpm - Drill speed >= 100 strokes/min - Travel speed >= 150 mm/sec - Auto tool exchanges, minimum 15 positions - Vacuum table - Automated camera - Windows compatible - Total weight < 250 lbs - Must be able to support RF and Microwave applications - Must have dust removal capability We are requesting the product to be Brand Name or Equal to LPKF ProtoMat S104 and accessories necessary for proper use of the plotter. 2. PRICING: Provide the pricing for the following line items: Line Item Description Qty Unit of Issue Unit Price Extended Price CLIN 0001 LPKF ProtoMat S104 (10066476) 1 Each CLIN 0002 LPKF Auto-Switched Variable Speed Dust Extraction System (114647-1) 1 Each CLIN 0003 Starter Package (12103-1) 1 Each CLIN 0004 RF Starter Package (116394-1) 1 Each Total of the CLINS Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that the OEM warranty and service provided are maintained by the OEM. 3. SOLICITATION INSTRUCTIONS Offerors must comply with all instructions contained in the addenda to FAR 52.212-1, Instructions to Offerors--Commercial Items (listed below). The offeror shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, size of business, warranty information, and a statement that the quote is valid for 60 days. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2018) is incorporated by full text Addenda to 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2018) 1. This Solicitation is being issued IAW FAR Parts 12 and 13 as a Request for Quote. IAW FAR 13.004, in all instances throughout this solicitation any use of the word "proposal" should be understood as "quote". All instances of the word "award" should be understood as "order". Quotes supplied in response to this solicitation are not binding. Award of this requirement will be offered to the Quoter IAW 52.212-2. 2. Late submissions: a. Offerors are responsible for submitting quotations 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 10:00 a.m., local time, for the designated Government office on the date that quotations are due. b. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. c. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. 3. Addendum to FAR 52.212-1(b), Submission of Quotes: Submit signed and dated quote via e-mail to 10th Contracting Squadron, 10 CONS/PKC, Attn: Britt Rosenbaum, Contract Specialist, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315, 719-333-5599; brittney.rosenbaum@us.af.mil and ryan.mavis.2@us.af.mil. Quotes must be received no later than 10:00 AM Mountain Standard time, 25 June 2018. Questions should be addressed to POCs Britt Rosenbaum, Contract Specialist, 719-333-5599, brittney.rosenbaum@us.af.mil and Ryan Mavis, Contracting Officer, (719) 333-8265, ryan.mavis.2@us.af.mil. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. Please submit no more than 10 pages in response to this request. After 10 pages, the Contracting Officer will not continue to evaluate information. One page is considered to be one side of an 8 ½ x 11 piece of paper in a minimum of 10 font, single spaced. 4. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing no later than 4 days prior to closing. Answers will be compiled and posted electronically to the Federal Business Opportunities website: https://www.fbo.gov. Questions may be emailed to the points of contact listed in paragraph 3. All correspondence should reference the solicitation number. 5. Quotation preparation instructions: •a. General Instructions: To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Specific Instructions: Quotes shall consist of three separate parts, as identified below. •(1) PART I - PRICE QUOTATION - Submit the price quote in accordance with the contract line item (CLIN) structure as listed in this solicitation. (2) PART II - TECHNICAL/DESCRIPTIVE LITERATURE - Offerors must submit technical information (descriptive literature/specifications) that adequately demonstrates their quote meets the salient characteristics discussed Section 1, Description of Items. (3) PART III - CONTRACT DOCUMENTATION (Representation and Certification). (i) Either complete Representation or Certification in the System of Award Management (SAM) at https://www.sam.gov or the necessary fill-ins and certification in the provision at FAR 52.212-3 (Jan 2017), Alt I (Oct 2014). (ii) Contractors must be registered with SAM (www.sam.gov) to conduct business with the Department of Defense. A purchase order cannot be awarded to a company without this registration at www.sam.gov. (iii) The provision at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate, must be completed and returned with the quote. This provision is included at the end of this solicitation. (iv) Price quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. Quotes received with F.O.B. other than Destination will not be considered. (v) Provide a written statement that the offeror's quote incorporates all amendments to the solicitation (if applicable). 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 quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: •I. Meeting all salient characteristics as listed in the solicitation. •II. Price •III. Past Performance will be evaluated on an Acceptable/Unacceptable basis with information provided through the Supplier Performance Risk System (SPRS) and the Federal Awards Performance and Integrity Systems (FAPIIS). Quotes with no Past Performance history shall be considered "acceptable." (End of Provision)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »