Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

36 -- 3D RAPID PROTOTYPING SYSTEM

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-05-T-0197
 
Response Due
9/16/2005
 
Archive Date
11/15/2005
 
Small Business Set-Aside
N/A
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. All clauses contained herein, except where specified otherwise, can be viewed at either of the following web addresses: http://www.arnet.gov/far/loadmainre.html (FAR Only) http://farsite.hill.af.mil/ (FAR and DFARs) http://www.arl.army.mil/contracts/RepsCerts.doc (Additional Clauses not found above; also, copy of the Representations and Certifications) (ii) The solicitation number is W911QX-05-T-0197. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. (iv) This acquisition is set-aside for small businesses. The associated NAICS code is 333999. The small business size standard is 500 people. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 3D RAPID PROTOTYPING SYSTEM QTY 1 EACH CLIN 0002 SHIPPING QTY 1 EACH (vi) Description of requirements: NOTE: DUE TO SOFTWARE FORMATTING, THE FOLLOWING SPECIFICATIONS WILL LIKELY BE DIFFICULT TO READ. PLEASE CONTACT KEITH BLEVINS AT (301) 394-1088, OR EMAIL kblevins@arl.army.mil FOR AN ELECTRONIC OR FAXED COPY OF THE SPECIFICATIONS (COPIES OF THE SPECIFICAT IONS WILL NOT BE MAILED). Specifications C.1.0 Overview: One of the critical areas in utilizing power electronics is the packaging that supports these devices and allows them to operate in their intended environments. This packaging can take many arbitrary forms depending on the electronic devices and systems b eing developed, and the environments can vary and include harsh temperatures and chemical environments. In a Research and Development environment, these packages can go through many design cycles in an effort to determine a best fit solution. Using typic al machining and fabrication methods for such low quantity orders can quickly become cost prohibitive, and turn around time often delays the development process. To achieve better packaging capability, we will require a fabrication system that can quickly produce environmentally robust parts of arbitrary, yet precise, shape. For many years now the rapid prototyping industry has been advancing the field of direct fabrication of mechanical parts, and recently the ability to work with high-performance engine ering plastics in lower cost fabrication systems has been developed. Such a system will allow the design engineers to quickly and reliably produce parts from standard computer design files that will be functional in test environments. C.2.0 Requirements and Specifications: C.2.1. The contractor shall provide a 3D rapid prototyping system that meets the following requirements: C.2.1.1. Capable of taking as input (either directly of through use of included conversion software) a standard STL computer file containing the CAD design of the part to be built. C.2.1.2. Part build volume of 15,600 cubic cm or larger, with no dimension smaller than 25cm. C.2.1.3. Part layer thicknesses of less than 0.010 inches (0.254mm) C.2.1.4. Lateral dimension nominal accuracy of less than 0.010 inches (0.254mm) C.2.1.5. Capable of producing parts with an environmentally robust material meeting the following criteria: C.2.1.5.1. Heat deflection temperature greater than 150 degrees Celsius (302 degrees Fahrenheit) C.2.1.6. No chemical breakdown when immersed in water, oil, or antifreeze at elevated temperatures (greater than 95?C). C.2.1.7. System must also have the ability to work with other less expensive fabrication materials (in addition to the aforementi oned robust material). C.2.1.8. System shall allow a trained user to interchange materials C.2.1.9. System shall include any support equipment needed for part finishing or cleaning (not including personal computers, but system need for personal computer of clearly stated). C.2.2. Once the contract as been awarded the contractor shall provide a list of any facility requirements within 30 days of contract award so that the facility can be prepared for the system. The contractor shall deliver the system to the Zahl Physical Sc ience Laboratory building (Building 207) in Adelphi, MD by contacting the Technical Point of Contact (TPOC) one (1) week prior to delivery. The contractor shall install the system in the facility and shall demonstrate full conformance to the requirements and specifications herein. C.2.3 System shall include current system software at the time of equipment acceptance. C.3.0 Documentation: The contractor shall provide two (2) complete sets of the operator and maintenance manuals. (vii) Delivery is required by 30 December 2005. Delivery shall be made to US ARMY RESEARCH LABORATORY, BUILDING 207, ADELPHI, MD 20783-1197. Acceptance shall be performed at US ARMY RESEARCH LABORATORY, BUILDING 207, ADELPHI, MD 20783-1197. The FOB po int is US ARMY RESEARCH LABORATORY, BUILDING 207, ADELPHI, MD 20783-1197. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: A. Technical Capability  Proposal will be evaluated to ensure it meets the requirements as stated in this combined synopsis/solicitation. B. Prior Performance  Contractor must provide references and/or documentation of performing prior contracts of a similar nature. C. Price Note: Technical Capability and Prior Performance are significantly more important than price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. These cla uses can be obtained at http://www.arl.army.mil/contracts/opport.htm (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defe nse Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 252.225-7001, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4408, 52.005-4401, 52.032-4418, 52.045-4400. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NOT RATED. (xv) The following notes apply to this announcement: Note 1. (xvi) Offers are due on 16 September 2005, by 11:59 PM, by submission to Keith Blevins at FAX (301) 394-3184, or at Email kblevins@arl.army.mil. (xvii) For information regarding this solicitation, please contact Keith Blevins, (301) 394-1088, kblevins@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00886075-W 20050904/050902212242 (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.