Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

36 -- Fabrication Machine

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ_E006920
 
Archive Date
9/24/2008
 
Point of Contact
Gary W. Hopkins, Phone: 703-632-6303
 
E-Mail Address
gwhopkins@fbiacademy.edu
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The National American Industry Classification Code is 333513 with a Business Size Standard of 500 employees. All responsible sources may submit a quote which shall be considered. The Federal Bureau of Investigation (FBI) has a requirement for a one time, firm-fixed price purchase of an additive fabrication machine which can build a part with different material properties within the same part. The materials would be engineering grade materials which vary in properties such as in strength, elongation at break, and high temperature. This system must fit the general description of a 3D Printer device. Specifically, the system must utilize a print head to selectively deposit and cure cross sections of a digital model by accurately printing each cross section on the surface of a build plate/tray using a photosensitive polymer. The system must have a precision Z-stage (elevator) system to reposition the build platform in very small increments as low as 16 microns or 0.0006 of an inch, such that one thin layer can be reliably printed and cured/solidified directly onto the previously cured/solidified layer beneath it. The system must be highly automated; user friendly and capable of unattended operation once the system is started. All equipment must have the ability to operate as one complete system within an office environment. The selected vendor must have the knowledge to integrate the system into the RPFNet existing network which is a TCP/IP network. The connection to the network must meet the 100 base T standards. Vendor must also have the complete knowledge of the hardware and the capability to connect and install the 3D Printer System and its components (i.e., Host Workstation, parts cleaning station, and 3D Printing System). All equipment must be delivered with appropriate operation manuals and installed by chosen vendor’s authorized/certified field engineer. The printer must have the ability to jet two distinct model materials in many preset combinations. The printer must also have the ability to provided the following capabilities: A) Mixed Parts – Platforms printed with multiple model materials; eliminating the need to design, print and glue together separate model parts to make a complete model, leading to time savings in fabrication and post-processing time; B) Digital/Composite Materials – Composite materials made up of two model materials integrated in specific concentrations and structures to provide the required mechanical properties. Digital Materials enable closely resembling the target product design and the fabrication of a complete product, of virtually any complexity, in a single build process; C) Mixed Trays – Tray of parts printed with different model materials in a single build; saves time on materials replacement and provides an answer for multiple users. Part and assembly versatility, system productivity; D) The system shall build parts with a minimal layers thickness of at least 20 microns (Z-axis); E) The system must have be able to build parts of at least 18x14x7 inches; F) The system must have at a minimal build resolution in the following axis: (1) X-axis: 600 dpi, (2) Y-axis: 600 dpi, (3) Z-axis: 1600 dpi ; G) The system must have a build accuracy of at least +/- 0,010 inches. H) The system must support multiple materials: (1) One material must be transparent with a tensile strength of at least 50 MPa; (2) One material must be black and opaque with a tensile strength of at least 50 MPa; (3) One material must be white and opaque with a tensile strength of at least 45 MPa; (4) One material must be a black rubber like material with a elongation at Break of at least 47 percent; I) The system must use 110 – 240 VAC 50/60 Hz. J) The system must be within the following dimensions: 72x50x50 inch; K) The system must come with training at the user facility for up to four people. L) The system must have all the software necessary to take an.stl file and process it to build the target geometry including the supports. The evaluation of quotes and the determination as to the equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendor. The purchasing activity is not responsible for locating or securing any information not identified in the quotation and reasonably available to the purchasing activity. All compliant quotes received by the due date will be considered by the government. All quotes must identify FOB Point, Shipping charges, if any, and delivery time period. Delivery will be to FBI Academy, Quantico, VA 22135. All quotes shall be submitted to FBI Academy, Quantico Contracts Unit, Building 27958A, Quantico, VA 22135, Attn: Gary Hopkins, no later than 1:00 PM, EST, 9 September 2008. Quotes will also be accepted by fax (703)632-6103 or email to gwhopkins@fbiacademy.edu. Quotes must clearly be marked with RFQ E006920. Bidders are hereby notified that if your quote is not received by the date/time and location specified in this announcement, it will not be considered. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provisions of 52.212-2, Evaluation - Commercial Items, are applicable. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Addendum to 52.212-1 Modify: (b) Submission from offer(s) is to read as follows: Submit signed and dated offer(s) to the attention of Mr. Gary W. Hopkins, Contracting Officer, at FBI, RFQ E006920, QCU, Building 28958A, Quantico, VA 22135. Clause 52.212-4, add 52.233-2 Service of Protest (AUG 1996), Department of Justice (DOJ), Justice Acquisition Regulation (JAR) Clauses, 2852.233-70 Protests Filed Directly with the Department of Justice (JAN1998), and 2852.201-70 Contracting Officers Technical Representative (COTR) (JAN 1985). The Government will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (i) technical, (ii) warranty, (iii) past performance, and (iv) price. The Government reserves the right to evaluate technical compliance and make a best value decision. This could result in award to other than the lowest price offer. The areas of technical capability, warranty, and past performance are of significantly higher importance when compared to price. Warranty – The offeror exceeding the standard commercial warranty, and offering the government the best value, shall be rated higher. Past Performance will be based on telephonic performance evaluations received from previous contracts provided in the quote. The evaluation of this RFQ will be in accordance with Parts 12, 13, and 15 of the FAR. Website: full text of the FAR clauses can be found at <!--[if supportFields]> mso-bidi-font-size:10.0pt;font-family:Arial;mso-fareast-font-family:"Times New Roman"; mso-ansi-language:EN-US;mso-fareast-language:EN-US;mso-bidi-language:AR-SA'> style='mso-element:field-begin'> yes"> GOTOBUTTON BM_1_ http://www.Acqnet.gov/far. <![endif]--><!--[if supportFields]> style='font-size:12.0pt;mso-bidi-font-size:10.0pt;font-family:Arial;mso-fareast-font-family: "Times New Roman";mso-ansi-language:EN-US;mso-fareast-language:EN-US; mso-bidi-language:AR-SA'> <![endif]--> Full text of JAR clauses can be found at <!--[if supportFields]> style='font-size:12.0pt;mso-bidi-font-size:10.0pt;font-family:Arial;mso-fareast-font-family: "Times New Roman";mso-ansi-language:EN-US;mso-fareast-language:EN-US; mso-bidi-language:AR-SA'> style="mso-spacerun: yes"> GOTOBUTTON BM_2_ http://www/DOJ.gov. <![endif]--><!--[if supportFields]> style='font-size:12.0pt;mso-bidi-font-size:10.0pt;font-family:Arial;mso-fareast-font-family: "Times New Roman";mso-ansi-language:EN-US;mso-fareast-language:EN-US; mso-bidi-language:AR-SA'> <![endif]--> Contact Gary Hopkins (703)632-6303 for information regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fb11353a3635e35eef00c8b1601cadeb&tab=core&_cview=1)
 
Place of Performance
Address: FBI Academy, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN01653475-W 20080829/080827222848-fb11353a3635e35eef00c8b1601cadeb (fbodaily.com)
 
Source
FedBizOpps 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.