Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

70 -- 3D PRINTER

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9300-09-R-5016
 
Archive Date
9/4/2009
 
Point of Contact
Mary Ann Y. Canales, Phone: 6612772097, Charles L. Pate, Phone: 6612779568
 
E-Mail Address
maryann.canales@edwards.af.mil, charles.pate@edwards.af.mil
(maryann.canales@edwards.af.mil, charles.pate@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Open Competition - Combined Synopsis/Solicitation - F1SBAA9153B002 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and DFARs Change Notice (DCN) 20090825. NAICS is 334119 with a small business size standard of 1000 employees. Solicitation is for a commercial purchase of (3) 3D Printers. This acquisition is a 100% small business set-aside. AFFTC/PKEE, Edwards Air Force Base, CA is seeking potential sources capable of providing the following item: (3) 3D Printers REQUIREMENTS: SPECIFICATION FOR 3D PRINTER 3D printer is a rapid engineering prototyping machine that takes three dimensional engineering drawings of an object and produce ("print") a three dimensional solid object with materials that can be machined. This requirement is for (3) 3D Printers comprised of: a. Build Area of 8x6x6 inches or larger; b. Model & Material Capacity: at least 30 cubic inches c. Layer Thickness: horizontal (z-axis) build layers down to as thin as 0.010 inches d. Speed: Sufficient to build most models overnight; desired to have build rate of at least one cubic inch per hour e. Model Durability: Model must be able to withstand properly applied drilling, tapping, machining, sanding, and painting; f. Power Requirements: Must be able to operate on 110V, not to exceed 15 amps power draw; or at 220V, not to exceed 7 amp power draw g. Size Limits: Prefer a printer that can be mounted on a small desk/table top with the approximate dimensions of 36"W x 36"D h. Workstation Compatibility: Require minimum of Windows XP and Windows Vista compatibility i. Design Software Compatibility: Must be compatible with both Inventor and Solid Works j. Network Connectivity: Ethernet TCI/IP k. Input Format: STL required, SLC and objDF desirable l. Educational Bonus Package: material starter kit consisting of model material, support material, and modeling base to be included in initial purchase m. Systems Maintenance: Package to include software upgrades and parts for at least one year n. Onsite Installation: Require vendor to install printer on-site o. The material it uses is ABC Plastics, and the solid objects it produces can withstand: drilling, tapping, machining, and sanding. The objects can be painted, even chrome plated. ` Options: a. Multiple Model Materials: Desirable to have ability to print multiple materials, but not required b. Cleaning Station: Require two year warranty and Underwriters Laboratory (UL) Incorporated and Civil Engineering approved if system requires a cleaning station c. Extended Comprehensive Material & Maintenance Coverage: Desirable to have option for two additional years of maintenance warranty covering parts and labor and additional materials coverage available d. Multiple Model Materials: Desirable to have ability to print multiple materials, but not required Delivery: 16-18 WARO Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation 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 capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Mary Ann Y. Canales @ 661-277-9522), no later than Close of Business (COB) 03 Sep 2009 at 4 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail maryann.canales@edwards.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9300-09-R-5016/listing.html)
 
Record
SN01927550-W 20090828/090827000952-912a0ad7f438685982786ad16c383ea8 (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.