Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2007 FBO #2127
SOLICITATION NOTICE

70 -- 3D Printer including installation and training

Notice Date
9/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-07-R-0006
 
Response Due
10/2/2007
 
Archive Date
12/1/2007
 
Point of Contact
Velvet Taylor, 757-878-2306
 
E-Mail Address
Aviation Applied Technology Directorate
(velvet.taylor@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. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). Interested persons may identify their interest and capability to respo nd to the requirement or submit proposals. This notice of intent is not a request for competitive proposals; however, all proposals received by the due date and time in this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses received to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-07-R-0006 and is issued as a Request for Proposal (RFP). Under this effort, the Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract utilizing FAR Part 13.5, Test Program For Certain Commercial Items, to acquire one Rapid Prototyping System (3-D printer) with below listed features, to includ e system installation and operator training. An option for one year of system maintenance will also be included. The intended source for this acquisition is Stratasys Inc., 7665 Commerce Way, Eden Prairie, MN 55344. Delivery of the items is 90 days aft er contract award. The Rapid Prototyping System (3-D printer) will be used in an office environment to produce prototype as well as useable Army aircraft parts for demonstration, fit-up, and flight testing purposes (accuracy of +/-0.005 inches). A system with the following minimum features is required: compatible with operation in an office environment, (i.e., it shall not require electrical power greater than 220V / 20A); it shall not produce excessive noise while in operation; it shall not require addit ional ventilation for fumes; it shall not consume HAZMAT supplies or produce HAZMAT waste. Minimum model build envelope requirement is 16 x 14 x 16. The system shall have the capability to produce parts using a variety of engineered thermoplastics wit h known material properties. The materials and combinations of materials used to produce the parts shall have tensile strengths up to 8,000 Psi, flexure strengths up to 16,000 Psi, and glass transition temperatures above 400 degrees Fahrenheit. The syste m shall operate as a local printer for a Government-provided, Local Area Network (LAN)-connected personal computer. The software shall perform all required translation of Pro-Engineer 3D CAD data files (either .prt, .stl, or .stp), shall control the opera tion of the system and shall be compatible with Windows 2000 or XP operating systems. The 3-D printer system shall be capable of running unattended once started and of producing multiple parts (identical or not identical) in one setup, assuming they fit w ithin the build envelope. The 3-D 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. The prop osed contract will include delivery, installation, and set-up of the Rapid Prototyping System; and on site training at Fort Eustis, VA. An option for one year of system maintenance will also be included. Anticipated delivery date is 90 days after contrac t award (estimated award date 4 October 2007), to AATD, Building 3519A Mulberry Island Rd, Fort Eustis VA 23604-5577. This synopsis/ solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-20. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Please review the clause carefully to e nsure that you are submitting all required information with your proposal. A technical description of the item offered in sufficient detail to evaluate compliance with requirements, to include product literature and warranty as applicable, shall be submitt ed. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. Offerors shall complete only paragraph (k) of the provision at 52.212-3 Offeror Representations and Certifi cations Commercial Items, if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. The North American Industry Classification System Code (NAICS) is 541512, Computer Systems Design Services. The smal l business size standard is 500 employees. Offerors are advised to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, and the following DFARS Representations and Certifications 252.212-7000, 25 2.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.225-7000 Buy American Act-Balance of Payments Program Certificate, 252.225-7003 Report of Intended Performance Outside the United States and Canada Submission with Offer, 252.225-7031 Secondary Arab Boycott of Israel, 252.247-7022 Representation of Extent of Transportation by Sea, with your offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required T o Implement Statutes Or Executive Orders Commercial Items are incorporated by reference. The following additional clauses apply to this acquisition: FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS 252.246-7000, Mat erial Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7013 Duty Free. The following clauses cited within FAR 52. 212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4 Notice of price evaluation preference for HUB Zone small business concerns; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.2 22-19, Ch ild 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 Vetera ns; 52.225-1, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels. The following clauses cited within DFARS 252.212-7001 apply: 52.203-3, Gratuiti es; 252.225-7001, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.225-7021, Trade Agreement; 252.225-7036 Buy American Act Free Trade Agreements Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment. The full text of the clauses or provisions may be accessed electronically at the following link: http://farsite.hill.af.mil. Proposals are due October 2, 2007, 2:00 PM, local time. Interested persons may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources may submit an offer that will be considered. Alpha contracting procedures will be utilized. Proposals shal l be submitted to the Aviation Applied Technology Directorate, Attn: AMSRD-AMR-AA-C (Velvet Taylor), 401 Lee Blvd., Fort Eustis VA 23604-5577 by facsimile, emai l, or regular mail. Point of contact is Velvet Taylor, phone: (757) 878-2306, fax: (757) 878-0008, email: velvet.taylor@us.army.mil or Laurie Pierce, Contracting Officer, (757) 878-3766, email laurie.pierce@us.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAH10/W911W6-07-R-0006/listing.html)
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN01414419-F 20070923/070921223849 (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.