Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
MODIFICATION

70 -- Rapid Prototype Machine

Notice Date
7/23/2004
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-04-Q-0058
 
Response Due
7/27/2004
 
Archive Date
8/11/2004
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954, - Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil, canderson@mail.nswdg.navy.mil
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO REVISE THIS REQUIREMENT FROM TOTAL SMALL BUSINESS SET-ASIDE TO AN UNRESTRICTED BASIS AND TO REVISE EFFECTIVE DATES OF THE FOLLOWING CLAUSES TO READ AS SUCH: 1) 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JAN 2004); 2) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (MAY 2004); 3) 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2003); FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL (JUNE 2004) AND FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER (OCT 2003). CLAUSE DFARS 252.252-1101 ACQUISITION OF SUPPLIES IS DELETED. ALL OTHER TERMS REMAIN THE SAME. THE CLOSING DATE FOR THIS REQUIREMENT IS EXTENDED TO NOON ON TUESDAY, 24 JULY 2004. PLEASE CONTACT CHRISTINE ANDERSON AT CANDERSON@MAIL.NSWDG.NAVY.MIL WITH ANY QUESTIONS. 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 Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: CLIN 0001 Rapid Prototype Machine, Quantity 1 each. The rapid prototype machine shall be ?office friendly? and shall not require the operator to wear personal protective equipment in order to operate. The rapid prototype shall not produce toxic and/or hazardous by products during the building of the model. The rapid prototype machine must be able to be installed and function properly into the office environment without the addition of extra ventilation and/or material handling equipment. The rapid prototype machine shall be capable of building the model without the attendance of the operator after the machine begins to physically construct the model. The rapid prototype machine shall routinely demonstrate an accuracy of +0.005 inches when constructing models within a volume measuring 5 inches by 5 inches by 5 inches. The rapid prototype machine shall routinely demonstrate an accuracy of +0.015 inches when constructing models within a volume measuring greater than 5 inches by 5 inches by 5 inches. The rapid prototype machine shall have physical dimensions no greater than 65 inches wide by 35 inches deep by 72 inches high. The rapid prototype machine shall have a weight no greater than 1,600 pounds. The rapid prototype machine shall be capable of using 230 volt, 50/60 Hertz, 3 phase, 16 Amperes per phase power. The rapid prototype machine shall be capable of routinely constructing models of ABS, Polycarbonate and Polyphenylsulfone. The rapid prototype machine shall build models with any individual layer no thicker than 0.010 inches. The rapid prototype machine shall be capable of building models of a size no less than 13 inches by 15 inches by 15 inches. The driving software shall import *.STL files and automatically orient the part, generate any necessary support structure and create a deposition path to build the part. The software shall run in Windows NT 2000 and it shall provide queue management capability, approximate build time and material status information. The support material used by the rapid prototype machine to build models shall be non-toxic and shall be capable of being broken away by hand or dissolved by tap water. Both the build material and support material shall be supplied to the rapid prototype machine by auto-loading cartridges. The rapid prototype machine shall be connected to a network via TCP/IPC 100/10 Base T network connection; CLIN 0002: Computer Aided Drafting (CAD) stations. Each CAD station must be equippped with no less than a Pentium 4 Processor with an internal clock speed of 3.4 GHz. Each CAD station must be equipped with no less than 2 GB SDRAM. Each CAD workstation must be equipped with a 256 MB DDT ATI Radeon 9800 XT graphics card (or equivalent). Each CAD workstation shall be equipped with no less than an 80 GB Hard Drive. Each CAD workstation shall be equipped with an Intel PRO 10/100 Ethernet card (or equivalent). Each CAD workstation shall be equipped with an 8x DVD+RW drive with 48x CD-RWCD drive. Each CAD workstation station shall be equipped with Microsoft Windows XP Professional Operating System, Microsoft Office XP Professional and Solid Edge Classic CAD Software. The contractor shall provide a warranty for a period of not less than 1 year for the CAD workstations and the Solid Edge Classic Software if the workstation and software provider do not provide one. The warranties shall ensure that the workstations and software are free from design and/or manufacturing defect; CLIN 0003: Installation of CAD Workstations and Rapid Prototype Machine; CLIN 0004: Training for 2 to 5 individuals. The contractor shall deliver all manuals for follow-on reference; CLIN 0005: Comprehensive Annual System Maintenance. The contractor shall forward all licenses and information regarding the Solid Edge Classic software that will enable the U.S. Government to obtain software upgrades and maintenance from the software vendor. The maintenance shall encompass all tasks necessary to ensure an operational life of not less than 7 years for the Rapid Prototype Machine. This Request for Quotation (RFQ) H92244-04-Q-0058 is anticipated to result in a Firm Fixed Price (FFP) contract. Submit written offers; oral orders will not be accepted. This solicitation document is being issued as a 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24, effective 18 June 2004. North American Industrial Classification Standard (NAICS) 334119, size standard 1,000 employees, applies to this procurement. Deliver FOB: Destination, NSWDG, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299. The Government desired delivery date is 4 weeks after date of contract. The following provisions and clauses apply to this acquisition: The provision at 52.212-1 Instructions to Offerors ? Commercial Items (Oct 2000) applies to this acquisition. The provision at 52.212-2 Evaluation ? Commercial Items (Jan 1999) applies. A copy of this clause can be found at http://www.arnet.gov/far. The provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial (June 2003), FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (July 1995), FAR 52.232-33, Payment by Electronic Funds Transfer (May 1999) applies, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes for Executive Orders applicable to Defense Acquisitions of Commercial Items (June 2004) applies, DFARS 252.225-7001, Buy American Act and Balance of Payment Program (April 2003) applies; DFARS 252.225-1101, Acquisition of Supplies applies and DFARS 252.211-7003 Item Identification and Valuation (January 2004) applies). Quotations shall include the vendor?s Cage Code, Dun and Bradstreet Number (DUN) and Tax Identification Number (TIN). Should industry have any questions, please contact Christine Anderson at canderson@mail.nswdg.navy.mil. Quotations should be on company letterhead in company format and must be sent to the attention of Christine Anderson at canderson@mail.nswdg.navy.mil or by fax at (757) 492-7954. Quotes are required to be received no later than 12:00pm EST, Thursday, July 15, 2004. Award shall be made to the responsive, responsible offeror quoting the lowest overall evaluated price. Earliest delivery is the best. The prospective offeror must be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: 1636 Regulus Avenue, Bldg. 313, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: USA
 
Record
SN00629866-W 20040725/040723212944 (fbodaily.com)
 
Source
FedBizOpps.gov 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.