MODIFICATION
A -- Large Format Filament Deposition Machine (FDM)
- Notice Date
- 5/13/2025 10:57:41 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX25Q0084
- Response Due
- 5/20/2025 8:59:00 AM
- Archive Date
- 06/04/2025
- Point of Contact
- Stephen (Chris) Oliver, Phone: 5206729579
- E-Mail Address
-
stephen.c.oliver7.civ@army.mil
(stephen.c.oliver7.civ@army.mil)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: AJ 2. NAICS Code: 333517 3. Subject: Large Format Filament Deposition Machine (FDM) 4. Solicitation Number: W911QX25Q0084 5. Set-Aside Code: N/A 6. Response Date: 05/20/2025 7. Place of Delivery/Performance: Army Research Laboratory Shipping and Receiving 6375 Johnson Road Building 321 Aberdeen Proving Ground, MD 21005 8. (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. (ii) The solicitation number is W911QX25Q0084. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 (iv) The associated NAICS code is 333517. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Contract Line Item Number (CLIN) 0001: Description: Large Format FDM; Quantity: one (1); Unit: Each CLIN 0002: Description; Shipping to Aberdeen Proving Ground, MD 21005 (vi) Description of requirements: One (1) unit Large Format Filament Deposition Machine (FDM) with the following characteristics: Build volume: 800 mm (millimeter) x 600mm (millimeter) x 600mm (millimeter) (X-Y-Z) or larger. Capable of printing the following materials: Polylactic Acid (PLA), Acrylonitrile Butadiene Styrene (ABS), Polyethylene Terephthalate Glycol (PETG), Nylon, Polycarbonate, Flexible Thermoplastic Polyurethane (TPU), and fiber reinforced versions of filaments Capable of printing at least four (4) different colors of the same material in a singular model Interchangeable nozzles with diameters ranging from 0.4mm (millimeter) to 1.0 mm (millimeter) Printing resolution in Z-direction must be equal to or smaller than 0.1 mm (millimeter). Automatic material switching. Open source and off-network printing capabilities Printer must accept filament feedstocks from any aftermarket and third party vendors and manufacturers. Adjustable on print parameters: nozzle temp, bed temp, extrusion multiplier, feed rate, print speed, level. Safety enclosure for the printer. Shipping to APG, MD 21005 USA Machine installation and at least one day of training at APG, MD 21005 USA (vii) Delivery is required eight (8) months after contract award (ACA). Delivery shall be made to Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground, MD 21005. The FOB point is DESTINATION. (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: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: Large Format Filament Deposition Machine One (1) unit Large Format Filament Deposition Machine (FDM) with the following characteristics: Build volume: 800 mm (millimeter) x 600mm (millimeter) x 600mm (millimeter) (X-Y-Z) or larger. Capable of printing the following materials: Polylactic Acid (PLA), Acrylonitrile Butadiene Styrene (ABS), Polyethylene Terephthalate Glycol (PETG), Nylon, Polycarbonate, Flexible Thermoplastic Polyurethane (TPU), and fiber reinforced versions of filaments Capable of printing at least four (4) different colors of the same material in a singular model Interchangeable nozzles with diameters ranging from 0.4mm (millimeter) to 1.0 mm (millimeter) Printing resolution in Z-direction must be equal to or smaller than 0.1 mm (millimeter). Automatic material switching. Open source and off-network printing capabilities Printer must accept filament feedstocks from any aftermarket and third party vendors and manufacturers. Adjustable on print parameters: nozzle temp, bed temp, extrusion multiplier, feed rate, print speed, level. Safety enclosure for the printer. Shipping to APG, MD 21005 USA Machine installation and at least one day of training at APG, MD 21005 USA The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) records of sales from the previous 12 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.203-6, Restrictions on Subcontractor Sales to the Government � Alternate I 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements of Statements, (JAN 2017) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, (JUN 2020) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023) 52.204-25, Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment, (NOV 2021) 52.204-27, Prohibition on a ByteDance Covered Application, (JUN 2023) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, (JAN 2025) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, (NOV 2015) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) 52.219-8, Utilization of Small Business Concerns, (JAN 2025) 52.219-28, Postaward Small Business Program Representation, (JAN 2025) 52.222-3, Convict Labor, (JUN 2003) 52.222-19, Child Labor � Cooperation with Authorities and Remedies, (JAN 2025) 52.222-35, Equal Opportunity for Veterans, (JUN 2020) 52.222-36, Equal Opportunity for Workers with Disabilities, (JUN 2020) 52.222-37, Employment Reports on Veterans, (JUN 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, (DEC 20100 52.222-50, Combating Trafficking in Persons � Alternate I, (NOV 2021) 52.225-13, Restrictions on Certain Foreign Purchases, (FEB 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving, (MAY 2024) 52.232-33, Payment by Electronic Funds Transfer � System for Award Management, (OCT 2018) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, (MAR 2023) 52.233-3, Protest After Award, (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim, (OCT 2004) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act � Covered Foreign Entities, (NOV 2024) DFARS: 52.203-3, Gratuities (APR 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, (DEC 2022) 252.203-7005, Representation Relating to Compensation of Former DoD Officials, (SEP 2022) 252.204-7016, Covered Defense Telecommunications Equipment or Services-Representation, (DEC 2019) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommuncations Equipment or Services � Representation (MAY 2021) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunciations Equipment or Services, (JAN 2023) 252.215-7008, Only One Offer (DEC 2022) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7000, Buy American � Balance of Payments Program Certificate � Basic, (FEB 2024) 225-7001, Buy American and Balance of Payments Program � Basic, (FEB 2024) 252.225-7012, Preference for Certain Comestic Commodities, (APR 2022) 252.225-7031, Secondary Arab Boycott of Israel, (JUN 2005) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism, (DEC 2022) 252.225-7052, Restriction on the Acquisition of Certain Magnets and Tungsten, (MAY 2024) 252.225-7055, Representation Regarding Business Operations with The Maduro Regime, (MAY 2022) 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime, (JAN 2023) 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region � Representation, (JUN 2023) 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region, (JUN 2023) 252.232-7010, Levies on Contract Payments, (DEC 2006) 252.243-7002, Requests for Equitable Adjustment, (DEC 2022) 252.244-7000, Subcontractors for Commercial Products or Commercial Services, (NOV) 2023 252.246-7008, Sources of Electronic Parts, (JAN 2023) 252.247-7023, Transportation of Supplies by Sea, (OCT 2024) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR: 52.204-7, System for Award Management, (NOV 2024) 52.204-13, System for Award Management Maintenance, (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting, (AUG 2020) 52.204-18, Commercial and Government Entity Code Maintenance, (AUG 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.222-20, Contracts for Materials, supplies, Articles, and Equipment Exceeding $15,000, (JUN 2020) 52.223-23, Sustainable Products and Services, (MAY 2024) 52.232-39, Unenforceability of Unauthorized Obligations, (JUN 2013) 52.252-1, Solicitation Provisiions Incorporated by Reference, (FEB 1998) 52.252-2, Clauses Incorporated by Reference, (FEB 1998) 52.252-3, Alterations in Solicitation, (APR 1984) 52.252-4, Alterations in Contract (APR 1984) 52.252-5, Authorized Deviations in Provisions, (NOV 2020) 52.252-6, Authorized Deviations in Clauses (NOV 2020) DFARS: 252.204-7003, Control of Government Personnel Work Product, (APR 1992) 252.204-7017, Prohibition on the Acquisitionof Covered Defense Telecommunications Equipmrne or Services-Representation, (MAY 2021) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, (JAN 2023) 252.204-7022, Expediting Contract Closeout, (MAY 2021) 252.204-7024, Notice on the use of the Supplier Performance Risk System, (MAR 2023) 252.211-7003, Item Unique identification and Valuation, (JAN 2023) 252.211-7008, Use of Government-Assigned Serial Numbers, (SEP 2010) 252.215-7008, Only One Offer, (DEC 2022) 252.223-7997, Prohibition on Procurement of Certain Items Containing Perflruorooctane Sulfonate or Perfluorooctanoic Acid, (SEP 2022) 252.225-7048, Export Controlled Items, (JUN 2013) 252.225-7966, 252.225-7966 Prohibition Regarding Russian Fossil Fuel Business Operations�Representation (Deviation 2024-O0006, Revision 1), (MAR 2024) 252.225-7967, Prohibition Regarding Russian Fossil Fuel Business Operations (Deviation 2024-O0006, Revision 1), (MAR 2024) 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2024-O0014), (AUG 2024) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2024-O0014), (AUG 2024) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, (DEC 2018) 252.232-7006, Wide Area WorkFlow Payment Instructions, (JAN 2023) LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT AT-OPSEC REQUIREMENTS GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � APG ARMY CONTRACT WRITING SYSTEM (ACWS) TRANSITION INFORMATION FOR CONTRACTORS DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due on 05/20/2025, by 12:00 PM Eastern Daylight Time (EDT), by email to Stephen Oliver, stephen.c.oliver7.civ@army.mil (xvii) For information regarding this solicitation, please contact Stephen Oliver, stephen.c.oliver7.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0ed69f8eef564491bb6362705efdb1b5/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07440387-F 20250515/250513230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |