Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

36 -- Rapid Prototyping Machine (3D printer)

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333220 — Plastics and Rubber Industry Machinery Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-10-C-0070
 
Response Due
9/8/2010
 
Archive Date
11/7/2010
 
Point of Contact
Mike Leonard, 757-878-0086
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(michael.h.leonard@us.army.mil)
 
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. 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. The solicitation number is W911W6-10-C-0070 and is issued as a Request for Proposal (RFP). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. The applicable North American Industry Classification Standard (NAICS) code is 333220. The small business size standard is 500 employees. AATD intends to purchase a Rapid Prototyping System (3D Printer) to produce prototype as well as usable Army aircraft parts and subassemblies for demonstration, fit-up, and flight testing purposes. Accuracy tolerance for parts manufactured is +/- 0.0035 inches (+/- 0.0015 per inch). This system be must compatibale with operating in an office environment, i.e., it shall not require additional ventilation for fumes; it shall not consume HAZMAT materials or produce HAZMAT waste. Minimum build envelope is 36 x 24 x 36. The system will have the capability to produce three dimensional parts designed for Pro-E software using a variety of engineered thermoplastics with known material properties. The materials and combination of material used to produce parts shall have a minimum material tensile strength of 8,000 psi, flexure strengths of up to 16,700 psi and heat deflection temperatures above 350 degrees Fahrenheit. The system shall operate as a local printer for a Government provided Local Area Network (LAN)-connected personal computer. The software provided shall perform all required translation of Pro-Engineer, Solids Works, and Solid Edge 3D CAD data files (either.prt,.stl, or.stp), shall controll the operation of the system and shall be compatiable with Windows XP, Vista, or Windows 2007 operating system. The 3D printer shall be capable of running unattended once started and of producing multiple parts (identical or not identical) in one setup, assuming they fit within the build envelope. The 3D printer system shall produce parts which require minor hand finishing before use; a system that requires post processing such as ultraviolet light, spraying or soaking with fixatives or heating is unacceptable. Additional procurement services include site delivery, installation, set-up, and calibration of the rapid prototyping system; on-site demonstration and training (of up to 10 personnel) at Fort Eustis, Virginia. This requirement includes use of software to step through sequence of actions to produce parts, and the actual fabrication of a few demonstration parts. The system procured will be supplied with any and all required materials and tools to begin part production immediately following set-up/training phase. Optional services may include annual system maintenance requiring software updates, technical support and machine part replacement. The contract will be awarded on a sole-source basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996. The intended source for this system is Stratasys, Inc., located at 7665 Commerce Way, Eden Prairie, MN 55344. The system shall be delivered, within six (6) weeks, to AATD, Building 401 Lee Boulevard, Fort Eustis VA 23604-5577. The contractor shall be responsible for safe delivery of assets to destination. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, Alternate I with their offer. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. Clauses incorporated by reference include FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.246-2, Inspection of Supplies Fixed Price; 52-246-16, Responsibility for Supplies; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; 252.246-7000, Material Inspection and Receiving Report; 252.211-7003 Item Identification and Valuation, and 252.225-7013 Duty Free Entry. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.2 22-19, Child Labor; 52.222-21, Prohibition of Segregated 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; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer. The following clauses cited within DFAR 252.212-7001 apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7015, Restriction on Acquitision of Hand or Measuring Tools; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; and 252.247-7024, Motification of Transportation of Supplies by Sea. The full 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. Stratasys, Inc. is the only known source; however, interested firms may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources that submit an offer will be considered. Proposals are due on September 8, 2010, 2:00 PM EST and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Mike Leonard), 401 Lee Blvd., Fort Eustis VA 23604-5577 by email (michael.h.leonard@us.army.mil) or regular mail. Contracting Officer P.O.C. is Ken Helms, 757-878-5909 or ken.helms@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2fc75b4a4fafb5192df9d627772620ae)
 
Place of Performance
Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02264197-W 20100903/100901235730-2fc75b4a4fafb5192df9d627772620ae (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.