SOLICITATION NOTICE
66 -- Three Dimensional Printing System
- Notice Date
- 7/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1058605
- Point of Contact
- Vida - Niles, Phone: 301-827-2476
- E-Mail Address
-
vida.niles@fda.hhs.gov
(vida.niles@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- REQ # 1058605 The Food and Drug Administration (FDA) is seeking 100% small businesses. NAICS Code: 541512 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant of firm fixed price purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-35. Background: The Division of Imaging and Applied Mathematics seeks to acquire the technology to develop tiny, cancerous-tissue models. Description: Three Dimensional Printing System QTY 1 Technical Requirements: 1.The three dimensional printing system shall include all equipment necessary to produce finished products without scaffolds 2.All equipment parts of the three dimensional printer system shall be newly manufactured (no used, refurbished or demoed pieces) 3.Accuracy of products produced by the printer system shall be better than +/- 0.01 millimeters per centimeter across the total build area of the printer (maximum X, Y, and Z build dimensions) 4.Smoothness of surface finish of products produced by the printer system of better than 0.002 millimeters Root-Mean-Squared 5.Layer thickness during printer product production shall be less than 0.015 millimeters 6.Dot resolution during printer product production shall be higher than 200 dots per millimeter 7.Minimum feature size of products produced by the printer system must be less than 0.3 millimeters 8.Minimum build volume of the printer system shall be at least 15 x 15 x 10 centimeters 9.Products produced by the printer system shall not require any manual processing such as cutting or sanding to achieve the requirements above 10.Products produced by the printer system shall be compatible with the following elastomeric mold materials: silicon, latex, urethane, and epoxy 11.Products produced by the printer system shall be capable of in investment casting 12.Melting temperature of products produced by the printer system shall be 100 +/- 10 degrees Centigrade 13.Positive coefficient of thermal expansion of products produced by the printer system shall be less than 360 parts per million per degree Centigrade (ppm/C) at 45 degrees Centigrade 14.Products produced by the printer system shall leave less than 1000 ppm residue after investment casting furnace burnout at 1200 degrees Centigrade 15.All electrical equipment that comprises the printer system shall function from a 115 Volt, 60 Hertz alternating current, 20 Amperes circuit 16.The printer system shall produce no toxic fumes or residue when functioning or idle 17.The printer system shall function and meet its requirements in an ambient environment of 16 to 27 degrees centigrade at a relative humidity of 40 to 60 per cent 18.No equipment piece of the printer system shall exceed 54000 cubic centimeters 19.The total volume of all parts of the printer system shall not exceed one cubic meter 20.The printer system shall include three days of on-site installation and training instruction 21.The printer system shall be warranted for a period of one year from the date of installation 22.The printer system shall include software that runs on an Microsoft XP operating system that automatically generates support scaffolding necessary for the creation of cavities or undercuts in the products produced by the printer system 23.The printer system shall include software that runs on an Microsoft XP operating system that automatically generates printer machine instructions for product production from binary and ASCII STL CAD files 24.The printer system shall be independently functional requiring no facility modifications 25.The printer system shall be accessible from an Ethernet connected network operating under the TCP/IP protocols 26.The printer system shall have a functioning USB 2.0 interface 27.No equipment piece of the printer system shall exceed 35 kilograms in weight at sea level 28.All electrical equipment shall be UL compliant 29.The printer system shall come with sufficient construction materials to produce product equivalent to the build volume of the system 30.The printer system in its entirety shall be delivered within two months of order placement 31.The on-site installation and training instruction shall occur no more than two week after delivery of the final system piece Deliverables: The contractor shall deliver within 60 days after receipt of order. Warranty: One year warranty must be available with the instrument with additional warranties available for an additional price. Service and Preventive Maintenance: (Base year shall be during the one year manufacturer’s warranty) Option Year 1, service and maintenance agreement Option Year 2, service and maintenance agreement Option Year 3, service and maintenance agreement Option Year 4, service and maintenance agreement CCR: Vendor must be registered in the Central Contractor Register (CCR) prior to the award of the contract. You may register by going to www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Vida.Niles@fda.hhs.gov, no later July 28, 2009, 4:00 pm EST. QUOTATIONS DUE: All quotations are due to: Vida.Niles@fda.hhs.gov, no later than 4:00 pm, EST on August 6, 2009. PROVISIONS and CLAUSES: The provision subpart 39.201-Electronic and Information Tehnology (a) this subpart implements Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR Part 1194); (b) Further information on Section 508 is available via the internet at http://www.section508.gov. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.232-33, FAR 52.246-9 and FAR 52.246-18. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice shall be sent via email to Vida.Niles@fda.hhs.gov, Telephone calls will not be accepted. Evaluation Factors Offeror’s shall explain how their system meets or exceeds each detailed requirement and include supportive data and descriptions. Evaluation factors for selection of a genomic sequencer system are listed in descending order of importance as follows: Factor 1 Technical Specifications: •Specifications, 0.65 •Price, 0.2 •Initial and follow-on support, 0.1 •Warranty, 0.03 •Delivery Schedule, 0.02 Factor 2 Technical Approach: Technical Approach shall describe it’s ability to meet the technical specifications, the compatibility of the system with the environment in which it will be housed, the offeror’s ability provide on site service for maintenance and repairs of all system components and telephone based technical support the vendors ability to provide adequate training for the use of the system.) Factor 3 Price: The vendor shall provide a price in accordance with the requirements of the technical specifications. The proposed price shall include the standard manufacturer’s warranty for one year and service/preventative maintenance for four (4) option years. Evaluation for Award: Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Evaluation Factors. Technical is more important than price. The FDA intends to make an award immediately after the response date of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1058605/listing.html)
- Place of Performance
- Address: 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN01885438-W 20090725/090724000446-84c61bc2fd730b73513a31c4ffdc5daf (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 |