Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

36 -- Rapid Prototyping Machine (3D Printer)

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-05-P-0026
 
Response Due
3/28/2005
 
Archive Date
5/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotation s are being requested and a written solicitation will not be issued. The solicitation number is W911W6-05-P-0026 and is issued as a Request for Quotations (RFQ). The Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contra ct utilizing FAR Part 13Simplified Acquisition Procedures to acquire the following: CLIN 0001  1 EACH (EA) Rapid Prototyping Machine (3D Printer) and software that will be used in an office environment to produce prototype Army aircraft parts for demonstration and fit up purposes (accuracy of plus or minus 0.010 inches). The 3D printer s hall meet the following minimum requirements: The 3D printer shall be compatible with operation in an office environment, i.e., it shall not require electrical power greater than 220V /15A; it shall not produce excessive noise in operation; it shall not re quire additional ventilation for fumes; it shall not consume HAZMAT supplies or produce HAZMAT waste. The minimum build envelope is eight by eight by twelve inches. The material used to produce the parts shall have a nominal tensile strength of at least 50 00 psi, a nominal flexural strength of at least 9,500 psi, and nominal un-notched impact strength of at least 24.0 ft-lb/in. The 3D printer shall operate as a local printer for a Government-provided, Local Area Network (LAN)-connected personal computer. Th e software shall perform all required translation of Pro/Engineer 3-D CAD data files (either .prt, .stl or .step), shall control the operation of the 3D printer and shall be compatible with Windows 2000 or XP operating systems. The 3D printer shall be capa ble of running unattended once started and of producing multiple parts (identical or not identical) in one setup (assuming that they fit in the build envelope). The 3D printer shall produce parts that require only minor hand finishing before use; a system that requires subsequent processing such as exposure to ultraviolet light, spraying or soaking with fixatives or heating is not acceptable. CLIN 0002 - 1 EA, Rapid Prototyping Machine Stand (storage capability to store supplies used for machine operation d esired); CLIN 0003  Installation and Set-up of Rapid Prototype Machine at Fort Eustis, VA; CLIN 0004  On-Site Demonstration and Training (of up to 10 persons) at Fort Eustis, VA (to include use of software, stepping through the sequence of events to prod uce parts, and fabrication of a few demonstration parts); CLIN 0005, OPTION - System Maintenance for one Year (includes software updates, technical support, and replacement parts). All items shall be delivered to AATD, 401 Lee Blvd., Fort Eustis VA 23604-5 577. This synopsis/ solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-27. FAR 52.212-1, Instructions to OfferorsCommercial Items, applies to this acquisition and is incorporated by reference. Please revi ew the clause carefully to ensure that you are submitting all required information with your quotation. A technical description of the items offered in sufficient detail to evaluate compliance with requirements, to include product literature as applicable, shall be submitted. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: 1) Technical capability of the item offered to meet the requirements; 2) Price; 3) Proposed Delivery Schedule  Desired Schedule - 120 days or less from the date of award. 4) P ast Performance  Submit at least three relevant references. This acquis ition is 100% set aside for small business concerns. The North American Industry Classification System Code (NAICS) is 334119, Other Computer Peripheral Equipment Manufacturing. The small business size standard is 1000 employees. Offerors are advised to in clude a completed copy of FAR provision 52.212-3, Offeror Representations and CertificationsCommercial Items, with your offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive OrdersCommercial Items; and FAR 52.217-5, Evaluation of Options, apply to this acquisition. FAR 52.217-7, Option for Increased QuantitySeparately Priced Line Item also applies to this acquisition and the following sentence within t his clause is completed as follows: The Contracting Officer may exercise the option by written notice to the Contractor within one year after the date of award. The following additional clauses apply to this acquisition: FAR 52.247-34, F.o.b. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS 252.246-7000, Material Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item s. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222021, Prohibition of Segr egated Facilities; 52.222-26 Equal Opportunity (EO); 52.222-35, EO for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-1, Buy American ActSupplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.232-36, Payment by Third Party. The following clauses cited within DFAR 252.212-7001 apply: 52.203-3, Gratuities; 252.225-7001, Buy American Act and B alance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment. The ful l text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.acq.osd.mil/dp/dars, http://www.arnet. Quotations are due March 28, 2005, by 10:00 AM, EST, and shall be submitted to the Aviation Applied Technology Directorate, Attn: AMSRD-AMR-AA-C (W. Estrada), 401 Lee Blvd., Fort Eustis VA 23604-5577 by facsimile, email, or regular mail. Point of contact is Wilma Estrada, phone: (757) 878-5003, fax: (757) 878-0008, email: westrada@aatd.eustis.army.mil or Laurie Pierce, Contracting Officer, (757) 878-3766, email lpierce@aatd.eustis.army.mil.
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN00766991-W 20050313/050311212042 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.