4kw Laser Cutting System
ID: W911KF-24-Q-0049Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

Cutting Tool and Machine Tool Accessory Manufacturing (333515)

PSC

CUTTING AND FORMING TOOLS FOR SECONDARY METALWORKING MACHINERY (3456)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of a new 4kw Laser Cutting System to be installed in Building 134 at the Anniston Army Depot in Alabama. The system must be a fully integrated, computer numerical control (CNC) laser cutting machine capable of cutting Inconel and Mica sheets, with specific requirements outlined in the Statement of Work, including safety and environmental compliance measures. This procurement is critical for enhancing operational capabilities within the facility, ensuring adherence to federal guidelines and safety standards. Interested contractors should submit their proposals by September 18, 2024, at 10:00 AM CDT, and may contact Johnny Stewart II at johnny.stewart2.civ@army.mil or Sonja L. Freeman at sonja.l.freeman.civ@army.mil for further information.

    Files
    Title
    Posted
    The document outlines the specifications for the procurement of a new Laser Cutting System, detailing the minimum requirements for purchase, delivery, and installation, as well as compliance with various safety and industry standards. It features a comprehensive description of the machine's capabilities, controls, safety features, and operational requirements, emphasizing the importance of materials and ergonomic design. Additionally, it includes guidelines for documentation and delivery logistics, establishing a framework for contractor accountability and verification of machine performance.
    The document outlines the requirements for providing evidence of authority for individuals to sign offers on behalf of corporations, partnerships, and other business entities in federal RFPs and grants. It emphasizes that only owners of sole proprietorships are exempt from this requirement. For corporations, a certificate must be completed to confirm the authority of designated officials or agents to bind the corporation in contracts. This includes stating any limitations to their authority. If the contractor is a partnership or unincorporated firm, a different certification is required, listing the members and confirming the authority of a representative to execute contracts. This documentation is part of the compliance process for bidders in government contracting, ensuring proper representation and accountability within legal agreements.
    The document outlines a Past Performance Questionnaire for the solicitation of Electric Discharge Machines at Anniston Army Depot, intended to gather evaluations of potential contractors. It serves as part of the source selection process and requires detailed information about the contractor, including contract specifics and performance ratings across various categories such as customer satisfaction, schedule adherence, technical requirements, and problem resolution. Responses should adhere to a rating scale from "Excellent" to "Poor," with a requirement for narrative explanations supporting each rating. The information collected is sensitive and will be used to assess the qualifications of the prime contractor for this federal procurement. The completed questionnaire is to be submitted to the Director of Contracting at Anniston Army Depot by a specified deadline. This process underscores the importance of past performance in determining contractor eligibility for federal projects, ensuring that only qualified firms are considered for sensitive government contracts.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) within the Department of Defense, detailing the submission of data items required from contractors during the execution of government contracts. The form outlines essential fields for contractors to fill, including contract line item numbers, data item titles, submission dates, distribution requirements, and estimated costs. It categorizes data into technical data packages, technical manuals, and other specified data types, emphasizing the significance of clear documentation for the acquisition process. The instructions highlight important aspects such as the responsibilities of the preparer and approval authority, frequency of submissions, and the need for inspection and acceptance by the government. The CDRL is crucial for maintaining compliance with government data standards and ensuring that all necessary technical information is adequately provided to support contract fulfillment. This process underscores the federal government's commitment to transparency and oversight in its contracting practices.
    This document serves as a Data Item Description (DID) for contractors providing commercial off-the-shelf (COTS) manuals to the government, specifically for evaluating their acceptability. It outlines the necessary documentation required from contractors, including operator manuals, engineering support manuals, engineering drawings, and equipment manuals, all of which must adhere to applicable governmental requirements. The contractor is required to submit three copies of each technical document, along with three CDs containing the same documentation. The report highlights that COTS manuals are deemed acceptable for government use if they comply with relevant standards (MIL-M-7298). The overall aim is to ensure that provided manuals meet the government’s operational and technical requirements for effective usage and evaluation, underscoring the importance of accurate and adequate documentation in government procurement processes. Additionally, the document details reporting burden estimates and compliance expectations for contractors.
    The document outlines the specifications for the procurement of a new Laser Cutting System for Building 134. The scope includes the purchase, delivery, and installation of a CNC-operated machine, specifically designed to cut Inconel and Mica materials. Key features require the machine to have a minimum working area of 118 inches by 59 inches, a central positioning accuracy of 0.001 inches, and a workpiece capacity of 2,050 pounds, powered by a minimum 4,000W laser. Manufacturer compliance with safety standards from OSHA and NFPA is mandatory, ensuring safety equipment and ergonomics are integrated into the design. The contractor is responsible for timely delivery (within 180 days), installation, and provisions for maintenance training for two employees. Documentation regarding maintenance, schematics, and operation manuals must be provided in English, meeting federal acquisition regulations. Overall, this file serves as a detailed Request for Proposal (RFP) that emphasizes the need for compliance with safety, performance, and maintenance requirements. The anticipated outcome is a reliable, state-of-the-art Laser Cutting System that adheres to federal guidelines and enhances operational capabilities within a government facility.
    The Anniston Army Depot (ANAD) intends to solicit for one new 4kw Laser Cutting System capable of cutting Inconel and Mica sheets, with operation via a computer numerical control (CNC) system. The procurement falls under NAICS code 333515, with an issued solicitation expected on August 15, 2024, to be electronically available for download at https://sam.gov. Interested vendors are responsible for checking this site for updates and amendments, as no hard copies will be provided.
    The document outlines the specifications for the procurement of a new Laser Cutting Machine intended for installation in Building 134. It specifies the required capabilities, including computer numerical control, material cutting capacities for Inconel and Mica sheets, and an array of safety and environmental compliance measures. The machine must have an integrated operator control system, a self-cleaning dust collection system, a mandatory ergonomic design, and adhere to OSHA and NFPA standards. The contractor is responsible for delivery, installation, and training for maintenance personnel, with a strict timeline of 180 days for delivery and 150 days for operational readiness post-installation. The document highlights the necessity for comprehensive documentation and descriptive literature from bidders to verify adherence to specifications. This procurement process aims to ensure the acquisition of a reliable, safe, and efficient machine, contributing to improved operational capabilities and compliance within federal guidelines.
    The federal solicitation W911KF24Q0049, issued on August 19, 2024, seeks proposals for a contract specifically set aside for small businesses, with responses due by September 3, 2024. The document outlines critical submission guidelines, including the requirement for electronic bids and detailed compliance with the Federal Acquisition Regulation (FAR). It provides contact information for contracting officials and specifies documentation needed, such as a past performance questionnaire and a statement of work. Additionally, it includes extensive requirements related to contractor safety, security protocols, and insurance, especially within the hazardous areas of the Anniston Army Depot (ANAD). Contractors are mandated to submit a safety plan and comply with various environmental regulations. Key narratives address the need for contractors to undergo anti-terrorism training, comply with specific contracting guidelines, and ensure all personnel have the necessary clearances for access to sensitive areas. The goal of this solicitation is to procure services safely and efficiently while adhering to all stipulations that protect personnel and government assets in compliance with regulatory standards. Overall, this RFP underscores the emphasis on safety, training, and rigorous compliance necessary for contractor participation.
    The document outlines an amendment to a federal solicitation (W911KF24Q0049) initially designated as a 100% small business set aside, now modified to be unrestricted. The purpose of this amendment is to extend the closing date for offers to September 18, 2024, at 10:00 AM CDT. Key changes include the modification of the solicitation type and the update of the response deadline. This amendment is vital for broadening participation in the bidding process, allowing for a more diverse range of contractors to submit proposals. All other terms and conditions of the solicitation remain unchanged, emphasizing the importance of proper acknowledgment of this amendment by interested parties. The document is structured with specific blocks detailing general information, changes made, and instructions for bidders to recognize the modifications. This summary conveys the primary purpose of the amendment, ensuring potential bidders are informed of significant updates affecting their submission strategies.
    This document is an amendment to a solicitation contract identified as W911KF24Q0049, signed on August 21, 2024. The primary purpose of the amendment is to update the Statement of Work (SOW), including the addition of "shuttle tables" to the section on Salient Features. An updated SOW is provided as an attachment to this amendment. The amendment specifies that all other terms and conditions of the original contract remain unchanged. Contractors are reminded that acknowledgment of this amendment must be submitted prior to the specified closing date to avoid rejection of their offer. The modification reflects administrative changes under FAR regulations, ensuring compliance and clarity in the contract process. Overall, this amendment serves to refine project details, facilitating better execution of the contract while maintaining existing contractual obligations.
    This document outlines the amendment of a government solicitation identified by the contract ID W911KF24Q0049, reflecting changes effective as of August 22, 2024. The primary purpose of the amendment is to remove the requirement for a site inspection arrangement, denoted as NARRATIVE AS1003. The amendment notes that a site visit is not necessary, indicating a simplification of the solicitation process. All other terms and conditions of the original solicitation remain unchanged. The amendment underscores the importance of timely acknowledgment from contractors regarding the modifications to avoid potential rejection of offers. This document is vital for maintaining transparency and compliance in the federal procurement process, ensuring all parties are aware of changes affecting proposal requirements.
    The document is an amendment to a solicitation for a laser cutting machine contract, specifically dealing with questions from industry participants. It outlines key questions related to part specifications, site layouts, and contractor responsibilities regarding equipment removal. Responses clarify that specific part drawings will be released upon contract award, a site layout is not available but dimensions are provided in the Statement of Work, and contractors are tasked with removing the old laser cutter, while the facility will handle recycling. The amendment confirms that all other terms and conditions of the original solicitation remain unchanged. This document demonstrates the government's process of ensuring transparency and communication in procurement procedures, particularly in response to inquiries from potential contractors regarding project requirements and expectations.
    This document serves as an amendment to solicitation W911KF24Q0049, modifying the contract's terms regarding the installation of a Laser Cutting Machine. It primarily updates the Statement of Work (SOW) by removing the requirement for the contractor to uninstall and relocate existing equipment, streamlining the project requirements. The amended specifications indicate that the designated floor space for the installation remains 40 feet by 30 feet. The signing officer, Johnny Stewart, authorized this change on August 29, 2024. All other conditions of the contract remain unchanged. Contractors are required to acknowledge receipt of this amendment by returning a signed copy to the designated email. This modification is part of a federal solicitation process aimed at ensuring clear communication and compliance with updated project demands for efficiency and effectiveness in contract execution.
    Lifecycle
    Title
    Type
    4kw Laser Cutting System
    Currently viewing
    Presolicitation
    Similar Opportunities
    Industrial Grade Laser Engraving Machine
    Active
    Dept Of Defense
    The Nevada Army National Guard (NVARNG) is soliciting quotations for an industrial-grade laser engraving machine, specifically the Epilog Laser Fusion Pro 24 or an equivalent model that meets defined specifications. The procurement aims to acquire a self-contained, mobile laser engraving system capable of handling various materials and providing initial setup and training for users. This equipment is crucial for the NVARNG's operational capabilities, enhancing their marking and engraving processes. Interested vendors must submit their quotes by September 23, 2024, and direct any questions to Gregory P. Kothman at gregory.p.kothman.civ@army.mil by September 16, 2024. The solicitation is set aside for small businesses, and all participants must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    Laser Engraver
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought announcement to identify potential sources for the procurement of a Fusion Pro 48 Co2 120w Epilog Laser engraver or an equivalent model. The required equipment is intended for the Keesler Arts & Crafts Center at Keesler Air Force Base in Mississippi and must meet specific characteristics, including a maximum work area of 48” x 36”, compatibility with various substrates, and features such as mobility, rotary engraving attachments, and high-resolution optics. This procurement aims to enhance the arts and crafts program by providing advanced engraving technology, supporting creative initiatives at the facility. Interested parties must submit their responses by 3:00 PM CST on September 24, 2024, to the designated contacts, SSgt Taylor Williams and Kimberley L. Alvarez, via the provided email addresses.
    Fabrication Cell Phase II - Automation Production Saw and Laser Weld
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is seeking to procure specialized machinery for its Combat Capabilities Development Command Armaments Center located at Picatinny Arsenal, NJ. The procurement involves a sole source contract for one Harris Engineering and Manufacturing VT120HA-60-CTS Vertical Tilt-Frame Automation Production Saw and one Trumpf TruLaser Weld 5000, both essential for enhancing automation in production processes. Mid Atlantic Machinery, Inc., the authorized provider of this equipment, will supply the required items under simplified procurement procedures. Interested parties can reach out to Roseanne Hooven at roseanne.hooven2.civ@army.mil or call 520-669-9042 for further details.
    Metal Working Machine Shop Set (MWMSS) Plasma Table Kits
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking Metal Working Machine Shop Set (MWMSS) Plasma Table Kits. These kits are used to support maintenance functions in the field for Military Occupational Specialty (MOS) 91E. The kits consist of various equipment including a FastCut CNC Icon Scout plasma table, a Hypertherm Duramax Machine Torch, a Pelican Plasma Cutter Accessory Case, and a Plasma Table Case. The procurement will be a five-year Indefinite Delivery Indefinite Quantity (IDIQ), firm fixed-price (FFP) type contract with five one-year ordering periods. The solicitation will have brand name or equal restrictions for FastCut CNC, Hypertherm, and Pelican. The anticipated release date for the solicitation is September 30, 2024. For more information, interested parties should monitor SAM.gov.
    Sources Sought for one (1) laser illumination system
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking sources for a laser illumination system designed for high-speed optical imaging applications at the U.S. Army Research Laboratory (ARL) in Aberdeen Proving Ground, Maryland. The system must provide steady state visible wavelength illumination capable of achieving frame rates of up to one million frames per second, with a minimum output power of 350 watts and pulsed laser durations as short as 25 nanoseconds, along with adjustable optics for varying illuminated areas. This procurement is critical for advancing military research capabilities, and interested vendors, particularly small businesses, are encouraged to respond with their qualifications and capabilities within five business days of the notice. For further inquiries, potential respondents can contact Shanna Dellinger at shanna.dellinger.civ@army.mil or Robert A. Edwards at robert.a.edwards147.civ@mail.mil, with a contract award date anticipated for September 17, 2024.
    Changed Sep 18, 2019 11:38 a.m.
    Active
    Dept Of Defense
    Neodymium-doped Yttrium Aluminum Garnet (Nd:YAG) Laser is being procured by the DEPT OF DEFENSE, DEPT OF THE ARMY. This laser is typically used for various applications such as medical procedures, scientific research, and industrial manufacturing. The procurement notice, titled "Neodymium-doped Yttrium Aluminum Garnet (Nd:YAG) Laser," is a Combined Synopsis/Solicitation. The place of performance is at the U.S. Army Research Laboratory in ABERDEEN PROVING GROUND, MD. The solicitation number is W911QX-19-Q-0193, and the response date is five business days after posting. The laser is required to be delivered within four months after contract award. The evaluation criteria for this procurement include technical specifications, past performance, and price. For more information, contact Alberta R. Stadtler at alberta.r.stadtler.civ@mail.mil or 301-394-1080.
    Request for Proposal Squad Aiming Laser
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps, is soliciting proposals for the Squad Aiming Laser (SAL) system, with the intention of awarding a single-source Firm Fixed Price, Indefinite Delivery/Indefinite Quantity contract over a 60-month period. The procurement aims to secure a comprehensive laser system that includes equipment, mounting hardware, operator manuals, and ancillary gear, which are critical for enhancing the operational effectiveness of military weapon systems, particularly in conjunction with night vision devices. Interested small businesses must submit their proposals by September 25, 2024, and can direct inquiries to Nate Sudbeck at nathaniel.sudbeck@usmc.mil or Elizabeth Colvin at elizabeth.colvin@usmc.mil. The contract value is anticipated to range from a minimum of $1,000 to a maximum of $249 million, emphasizing the importance of compliance with federal regulations throughout the procurement process.
    34--ENGRAVING SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of an engraving system, specifically NSN 3417016002321. The requirement includes a quantity of one unit to be delivered to DLA Distribution within 167 days after order placement, with approved sources identified as 0TP63 VLS3.60DT50KIT and 1GCR7 VLS3.60DT50KIT. This engraving system is crucial for various military applications, emphasizing the importance of precision in metalworking machinery. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to DibbsBSM@dla.mil.
    Notice of Intent to Sole Source Continuously Tunable Ultrashort Pulsed Laser
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center's Geospatial Research Laboratory (GRL), intends to procure a Continuously Tunable Ultrashort Pulsed Laser from Coherent, Inc. on a sole source basis for the ELS3D project. The laser must meet stringent specifications, including a tunability range of 600 nm to 2600 nm, pulse width of less than 1 picosecond, and the capability for future modular expansions to achieve wavelengths from 210 nm to 16 microns. This advanced laser system is critical for enhancing the GRL's experimental capabilities in photonics, ensuring high efficiency and performance. Interested vendors are invited to submit capability statements by September 20, 2024, to Anna Crawford at Anna.Crawford@usace.army.mil, as this notice is not a request for competitive proposals.
    51--CUTTING MACHINE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a cutting machine for DLA MARITIME - PUGET SOUND. The cutting machine is typically used for various cutting tasks. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL.