USAFA 3D Laser Scanner

Agency: DEPT OF DEFENSE
State: Colorado
Type of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Posted: Apr 25, 2024
Due: May 1, 2024
Solicitation No: A037037
Publication URL: To access bid details, please log in.
Follow
USAFA 3D Laser Scanner
Active
Contract Opportunity
Notice ID
A037037
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
U
Sub Command
S
Sub Command 2
AIR FORCE ACADEMY
Office
FA7000 10 CONS LGC
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 25, 2024 12:47 pm MDT
  • Original Response Date: May 01, 2024 02:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 16, 2024
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
  • Place of Performance:
    USAF Academy , CO 80840
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.





The North American Industry Classification Systems (NAICS) Code proposed is 334513. The size standard for the NAICS is 750 employees.





The requirement is to provide the United States Air Force Academy (USAFA) with a 3D laser scanner.





Salient Characteristics:





The laser scanner must have the following capabilities:



• Minimum 2’ x 3’ measurement area



• Accuracy better than .005”



• CMM Probing capabilities



• Compatible with PolyWorks Software



• Articulated arm for easy measurement



• System must be portable



• Integrated data point management to streamline data points



• Host edge find technology to accurately measure sharp corners



• Camera attachment for quick scan measurements



• 120V



• No more than 100 Lbs.





Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date.





Delivery is FOB Destination to USAF Academy, CO 80840.





We are interested in any size business that is capable of meeting this requirement.





Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.





All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.





NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!





Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.





Responses may be submitted electronically to the following e-mail address: brianna.morphis@us.af.mil and kristin.heikkila@us.af.mil. Telephone responses will not be accepted.





RESPONSES ARE DUE NO LATER THAN: May 1st at 2:00 PM (MDT).





Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 719 333 4019 8110 INDUSTRIAL DR STE 200
  • USAF ACADEMY , CO 80840-2303
  • USA
Primary Point of Contact


Secondary Point of Contact


History
  • Apr 25, 2024 12:47 pm MDTSpecial Notice (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow NISSC II Follow-on Industry Day Active Contract Opportunity Notice ID FA8723-24-R-0003 Related

Federal Agency

Bid Due: 12/12/2024

Bid Number: RFP-SN-2024-2 Bid Title: Roof Replacement City-Wide Projects Category: 2024 Bids &

Steamboat Springs

Bid Due: 12/16/2024

Follow Operating Fund Web Portal Digital Training Videos Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 2/16/2025

Follow AF CyberWorx Commercial Solutions Opening (CSO) Active Contract Opportunity Notice ID FA7000-23-S-C001

Federal Agency

Bid Due: 8/09/2028

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.