This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Issued as a Request for Quotations (RFQ), and the reference number is F1725A40580100. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-20. The North American Industry Classification System Code is 334413. The contractor shall provide the following items: all tools, parts, labor, materials, facilities, and transportation necessary to provide item 0001: one each laser etcher (RMI LE-100SC Diode-pumped Laser Marking System OR EQUAL.) The laser etching system must contain a moveable z-axis arm for varying tool sizes, must be able to etch the tools in a relatively short amount of time per tool, must have some de-etching capabilities, must have low maintenance needs, and must provide permanent etching. The Marking Head must have the following characteristics: - High Speed/precision Galvanometer Beam Control. â 100 mm F-Theta Focusing Lens for a 60mm x 60 mm marking area. â Nd:YVO4 Crystal (fiber optic coupled.) â 1064-nm wavelength. â Q-switched Operation. â CDRH Class IV Level of Manufacture. The Diode Controller must have the following characteristics: Dode-pumped Power Source (Fiber Coupled to Marking Head) â TE Cooling System. â 19â Rack Mount Controller. â Input Power: 200-350 VAC, 50/60Hz. The system must include the following: Class I Enclosure w/ focusing diode 22x16x22. Laptop Computer w/etching software. Computer must contain a sufficient operating system and characteristics to efficiently run included software. In addition, the complete system must be user-friendly. The provision in FAR 52.212-1, Instructions to Offerors-Commercial items, is applicable to this solicitation. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this solicitation and the blanks in section (a) are completed as follows: Price considerations, technical acceptability. Offerors shall include with their quotes, a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, only. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items, FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, and DFARS 252.204-7004, Required Central Contractor Registration, are applicable to this acquisition. The full text of these clauses may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be received via fax or e-mail or mail by 4:00 PM central european time on the stated response date at the 496th ABS/PK. The fax number for receipt of quotes is: (34) 95-584-8054. The email address for the receipt of quotes is
[email protected] OR
[email protected]. The mailing address for the receipt of quotes is:United States Air Force
496 ABS/LGTT, BLDG 512 ATTN SSgt Blake Tubbs
BASE AREA DE MORON
CTRA Sevilla-Moron KM48
41530 Moron de la Frontera, Sevilla, SPAIN
Quotes should be marked with the reference number. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award. No written request for quote is available.
Bid Protests Not Available