Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2012 FBO #3798
SOLICITATION NOTICE

70 -- 3-D Rapid Prototyping System - Specifications

Notice Date
4/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333220 — Plastics and Rubber Industry Machinery Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Building 1008, RM 217, Stennis Space Center, Mississippi, 39529-5004, United States
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-12-R-WR02
 
Archive Date
4/13/2013
 
Point of Contact
Ryan Wheelock, Phone: 228-688-5434
 
E-Mail Address
ryan.wheelock@nrlssc.navy.mil
(ryan.wheelock@nrlssc.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested but a written solicitation will not be issued. This solicitation, N00173-12-R-WR02, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 05-57 March 15, 2012 and DFARS Change Notice dated March 12, 2012. The associated small business size standard is 500 employees. The Naval Research Laboratory (NRL) has a requirement for: CLIN 0001: The contractor shall provide a 3-D Rapid Prototyping System in accordance with the specifications; CLIN 0002: The contractor shall provide installation and training of the 3-D Rapid Prototyping System in accordance with the specifications; CLIN 0003: The contractor shall provide a three-year comprehensive annual warranty for the 3-D Rapid Prototyping System. The complete specifications required for this combined synopsis/solicitation are attached and also available at http://heron.nrl.navy.mil/contracts/12WR02.htm. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 60 days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial (FEB 2012), applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated (JAN 1999). The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: technical capability, past performance, and price. Technical capability and past performance, when combined, are more important than price. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Offeror shall complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (FEB 2012) and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005). In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012) applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2012), applies to this acquisition. The following additional clauses cited within this clause are applicable: 52.203-6 -- Restrictions on Subcontractor Sales to the Government 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations 52.219-6 -- Notice of Total Small Business Set-Aside 52.219-8 -- Utilization of Small Business Concerns 52.219-28 - Post-Award Small Business Program Rerepresentation 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 Veterans 52.222-36 -- Affirmative Action for Workers With Disabilities 52.222-37 -- Employment Reports on Veterans 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act 52.222-54 - Employment Eligibility Verification 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 2012) applies to this acquisition. The additional clauses cited within this clause are applicable:252.203-7000 Requirements Relating to Compensation of Former DoD Officials252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals252.225-7012 Preference for Certain Domestic Commodities252.225-7036 Buy American Act-Free Trade Agreements--Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration (Feb 2012) DFARS 252.204-7004 (Sep 2007) Alternate A. DFARS 252.211-7003 Item Identification and Valuation (JUN 2011) DFARS 252.211-7007 Reporting of Government-Furnished Equipment in the DoD Item Unique Identification (IUID) Registry (NOV 2008) Facsimile proposals are NOT authorized. Proposals shall be transmitted by e-mail to ryan.wheelock@nrlssc.navy.mil in either Microsoft Word or PDF format. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 10 business days before the response date of this solicitation. An original and 1 copy of the offeror proposal shall be received on or before the response date noted above at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/Code3235/N00173-12-R-WR02/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN02722914-W 20120418/120416234755-a23162c1414f1f6e72cebb1ddeea6322 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.