Laser Engraver
ID: FA461325Q0228Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers (332812)

PSC

PRINTING, DUPLICATING, AND BOOKBINDING EQUIPMENT (3610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an Epilog Fusion PRO 36 Dual Source Laser system, along with associated installation, training, and advanced software services. This advanced laser engraving system is crucial for various applications within the military, emphasizing the need for high-quality engraving capabilities and operational efficiency. Interested vendors must comply with specific requirements outlined in the solicitation, including dimensions, power specifications, and warranty provisions, and are encouraged to submit their proposals, including detailed pricing, by the specified deadlines. For further inquiries, potential offerors can contact Katie Nieft at katie.nieft@us.af.mil or Patrick Enriquez at patrick.enriquez.4@us.af.mil.

    Files
    Title
    Posted
    The document is an Offeror Response Form for Solicitation Number FA461325Q0228, concerning the procurement of an Epilog Fusion PRO 36, featuring dual source 100-Watt CO2 and 50-Watt fiber laser functionality. The form collects essential company information from potential vendors, including registration details in the System for Award Management (SAM.gov), socioeconomic status, and contact information. Vendors must confirm pricing encompasses all costs associated with the fulfillment of the requirements specified in the solicitation. The form also inquires about the company’s federal revenue dependence, with specific compliance requirements for those receiving a significant portion of their income from federal contracts. This document serves to facilitate the submission of proposals from businesses in response to government procurement needs, ensuring they meet eligibility and compliance standards outlined in federal regulations.
    The government document outlines a Request for Proposal (RFP) for the procurement of an Epilog Fusion PRO 36 Dual Source Laser system and associated services. The RFP specifies four items: the laser system itself (CLIN0001), installation (CLIN0002), training (CLIN0003), and advanced software (CLIN0004), each with an estimated quantity of one. Notably, all items are listed with a unit price of $0.00, indicating that the pricing information was not filled out. The document emphasizes that contractors must provide the unit pricing for each line item to complete the proposal. This RFP is relevant to federal or state/local government engagements, where precise cost breakdowns are necessary for budgeting and supplier evaluation. The structure is straightforward, listing each item alongside its description and estimated quantity while requesting the detailed pricing to facilitate procurement decisions.
    The document outlines the specifications and requirements for a government Request for Proposal (RFP) concerning the procurement of an advanced laser engraving system, specifically the Epilog Fusion PRO. Key features include the IRIS™ Camera System, multiple task plate attachments, advanced software capabilities, and a two-year manufacturer warranty. The system must have dimensions of 36”x24”x9” with specific weight and power specifications, including a 220-volt electrical requirement. Incidental requirements for the proposal include on-site training, project coordination, and delivery within 120 calendar days after order receipt. Vendors are prompted to confirm compliance with these specifications by checking appropriate boxes and providing supporting documentation. The overarching purpose of this document is to set clear purchasing criteria to ensure that submitted proposals meet necessary standards for functionality, reliability, and performance in a governmental context, emphasizing domestic manufacturing and warranty provisions.
    The document outlines standard clauses for contracts involving Nonappropriated Fund Instrumentalities (NAFIs) within the Department of Defense. It provides clear definitions of key terms such as "Contract," "Contracting Officer," and "Contractor," establishing the framework for contractual obligations and relationships. The legal status of NAFIs is clarified, emphasizing their protection under U.S. Government immunities and the non-appropriation of funds as payment to contractors. The contract specifies procedures for claims, protests, and appeals, indicating the exclusion of the Contract Disputes Act and outlining how disputes are to be handled. Key subjects include representations by contractors, indemnification, and requirements for insurance. The clauses promote compliance with labor standards and social responsibility, ensuring fair labor practices and environmental consciousness. Additional clauses focus on funding and payment terms, travel expenses, contractor responsibilities, and compliance with federal regulations regarding telecommunications, child labor, and hazardous materials. The document underscores the importance of procedural adherence and ethical standards in securing government contracts. Overall, this serves as a comprehensive guide for contractors engaging with NAFIs, ensuring clarity in contractual expectations and legal requirements.
    Lifecycle
    Title
    Type
    Laser Engraver
    Currently viewing
    Solicitation
    Similar Opportunities
    Tykma Laser Engraver for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, through the Army's Watervliet Arsenal, is soliciting offers for the procurement of a Tykma Zetalase XLT100 Laser Marking System, with a total estimated value of $200,000. This procurement is a sole-source action due to the necessity for compatibility with existing Tykma equipment and software at the Arsenal, which is critical for maintaining operational efficiency and minimizing additional training costs. The contractor will be responsible for the turn-key installation of the system, ensuring compliance with safety and environmental regulations, as well as providing training for personnel. Interested vendors must submit their quotes by March 14, 2025, to Kristin Krieg at kristin.h.krieg.civ@army.mil, adhering to all specified requirements to ensure consideration.
    Laser Wire Marking System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Laser Wire Marking System to be utilized by the Pennsylvania Air National Guard's 171st Air Refueling Wing. This procurement requires a system that meets military and industry standards, capable of marking with a UV YAG Laser, handling various wire sizes, and operating at specified speeds, while also providing technical support, including installation and training. The contract emphasizes the importance of advanced wire marking technology for operational efficiency and maintenance, with a delivery deadline set for May 30, 2025. Interested small businesses are encouraged to reach out to Kaity Fuga at kaitlynn.fuga@us.af.mil or Steve Sisneros at steven.sisneros.2@us.af.mil for further details regarding the solicitation.
    Lease Laser Multifunction Printer
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory in Washington, D.C., is seeking proposals for the lease of a laser multifunction printer as part of a Combined Synopsis/Solicitation. The procurement aims to secure a reliable source for consumable printing supplies, including both black and white and color impressions, under a fixed pricing structure for a contract term of 60 months. This initiative is crucial for maintaining operational efficiency and adhering to budgetary constraints within the laboratory's printing services. Interested vendors can reach out to Elizabeth Harley at elizabeth.c.harley.civ@us.navy.mil or Kim Martin at kimberly.a.martin171.civ@us.navy.mil for further details regarding the proposal process.
    MXG 3D Printer
    Buyer not available
    The Department of Defense, specifically the Tennessee Air National Guard, is soliciting proposals for the procurement of a 1kW Laser Metal Wire 3D Printer, along with installation and training services. The contract is set aside for small businesses and requires the contractor to deliver, assemble, and install the printer at McGhee Tyson ANG Base, ensuring proper site clean-up and compliance with federal regulations. This initiative reflects the government's commitment to enhancing technological capabilities through advanced manufacturing equipment, which is crucial for operational efficiency and innovation. Proposals are due by March 19, 2025, at 10:00 AM EST, and interested vendors should contact Brian Morelock at brian.morelock.1@us.af.mil or Andrew Headrick at andrew.headrick@us.af.mil for further details.
    Cleaning Laser Ablation Depaint System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Cleaning Laser Ablation Depaint System (CL2000) for the Warner Robins Air Logistics Complex in Georgia. The procurement involves the delivery, installation, and training for two CL2000 systems, which are intended to replace existing media blasting processes that pose safety and environmental risks. This initiative is crucial for enhancing safety during aircraft maintenance operations and ensuring compliance with Occupational and Environmental Exposure Limits. Interested contractors should reach out to Natalie Roberson at natalie.roberson@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details, with proposals due by March 14, 2025, following an amendment to the solicitation.
    Purchase a Direct to Substrate Printer with Maintenance or Warranty for 60 months
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the purchase of a Direct to Substrate Printer, which must include maintenance or warranty services for a duration of 60 months. This procurement aims to enhance printing capabilities for various applications within the agency, ensuring high-quality and efficient production of printed materials. The printer falls under the NAICS code 333310, which pertains to Commercial and Service Industry Machinery Manufacturing, and is categorized under the PSC code 3610 for Printing, Duplicating, and Bookbinding Equipment. Interested vendors can reach out to David Purvis at david.1.purvis@DLA.mil or call 717-770-4906 for further details regarding the solicitation process.
    New Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of new equipment necessary for the NASA LAS K-Span project at Patrick Space Force Base in Florida. The equipment includes specialized items such as a laser transmitter, air compressor, welding machine, bending machine, power panels, and generators, all of which must meet specific technical requirements and military standards. This procurement is crucial for enhancing operational capabilities and ensuring project success, with a required delivery date set for May 30, 2025. Interested businesses are encouraged to submit a capabilities package by March 13, 2025, to Cynthia Whittaker at cynthia.whittaker@spaceforce.mil or Abigail Muenchow at abigail.muenchow@spaceforce.mil, as part of a market research effort under a small business set-aside program.
    TEAD - FY25 - Water Jet
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of an OMAX 80X AbrasiveJet water jet cutting machine, as part of its initiative to enhance operational capabilities at the Tooele Army Depot in Utah. The procurement includes a detailed specification of the machine, which features a 30 HP EnduroMax Pump, a Collision Sensing Terrain Follower, and a comprehensive spares kit, all designed for high efficiency and low maintenance. This advanced technology is crucial for supporting government operations, particularly in contexts requiring precision cutting and resource management. Interested vendors can reach out to Rebecca Meeke at rebecca.l.meeke.civ@army.mil or Megan Frost at megan.k.frost2.civ@army.mil for further details regarding this opportunity.
    Modernized Interferometry Laser System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes for a Modernized Interferometry Laser System, specifically high stability lasers and associated components from Hubner Photonics Inc. The procurement includes various items such as C-FLEX lasers and combining optics, with strict adherence to brand-name specifications and the requirement for vendors to provide authorization to sell these products. These advanced laser systems are critical for enhancing the Navy's operational capabilities, necessitating compliance with federal regulations regarding shipping and business practices. Interested vendors should contact Mia Barela at maria.p.barela3.civ@us.navy.mil for further details, with a delivery timeline of 16 weeks from the order date to a designated government location in Norco, California.
    Repair of the SEM/EDX JetSCAN Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Scanning Electron Microscopes (SEM/EDX), focusing on the inoperable JetSCAN equipment. The procurement aims to establish a firm fixed price contract that includes identifying, troubleshooting, and repairing the JetSCAN machines, along with providing a three-day user training course and monthly status reports for data trend analysis. These services are crucial for maintaining the operational readiness of high-value scientific equipment used by the U.S. Air Force. Proposals are due by January 16, 2025, and interested contractors can reach out to Jordan Rausch at jordan.rausch@us.af.mil or Lance Culver at jimmy.culver@us.af.mil for further information.