SOLICITATION NOTICE
36 -- 3-D PRINTER SYSTEM & ACCESSORIES
- Notice Date
- 9/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 323111
— Commercial Gravure Printing
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF-0244-7603
- Response Due
- 9/29/2010
- Archive Date
- 11/28/2010
- Point of Contact
- Joshua Marks, 601-634-3908
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(joshua.r.marks@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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. FAR Subpart 13.5 will be used. The Army Corps of Engineers Engineer Research and Development Center (ERDC Vicksburg), Model Construction Group requires an Eden 350 PolyJet 3D Printer System or equal. This machine will be used in the solid modeling development of a variety of designs utilizing 3D solid CAD. Parts created by this system shall allow the users to physically interact with the on-screen design. The proposed SMALL BUSINESS SET ASIDE contract action is for a 3-D printer and accessories brand name or equal to the E350/12 Eden 350 printer manufactured by Objet Geometries, Inc. The 3-D printer and accessories must meet the following minimum specifications: 3-D PRINTER SYSTEM EQUIPMENT: This system must fit the general description of a 3D Printer device. Specifically, the system must utilize a print head to selectively deposit and cure cross sections of a digital model by accurately printing each cross section on the surface of a build plate/tray using a photosensitive polymer. The system must have a precision Z-stage (elevator) system to reposition the build platform in very small increments as low as 16 microns or 0.0006 of an inch, such that one thin layer can be reliably printed and cured/solidified directly onto the previously cured/solidified layer beneath it. The system must be highly automated; user friendly and capable of unattended operation once the system is started. SYSTEM INSTALLATION: Machine shall be installed by a Qualified Service Technician (1 day min.). On-site training (2-days min.) shall be provided after installation of machine. OPTIONAL COVERAGE: The machine shall be provided with optional two year maintenance coverage. WARRANTY: One year warranty on all mechanical parts and labor from start-up date. This shall include any integral motors or their components. Local repair and service is mandatory. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-43, Effective 02 August 2010 & DFARS Change Notice 20100908 dated 08 September 2010. The North American Industry Classification System (NAICS) Code associated with this procurement is 323111 and the FSC is 3610. The small business size standard is 500 employees. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items (Factors used to evaluate offers are: (1) Technical Capability-The offeror's product must be brand name or equal to those identified in this announcement. (2) Delivery Schedule-the contractor shall be able to meet all delivery dates and (3) Price-price is not considered the most important evaluation factor. The importance of price will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. Price may be the deciding selection factor depending on whether a highly evaluated technical proposal warrants the evaluated price difference; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 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 Items (May 2009) Subparagraphs (a), (b)1, 16, 17, 18, 19, 20, 21, 22, 23, 28, (d) and (e) apply; FAR 52.247-34 FOB Destination; DFARS 252.204-7004 Central Contractor Registration Alternate A; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (with selection of elements as required by DFAR prescription). Subparagraphs (a), (b) 4, 5, 14, 15, 16, 17, 19, 20(i), 21, and (c) apply; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252-225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252-225-7002 Qualifying Country Sources as Subcontractors. The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://farsite.hill.af.mil Representations and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror's proposal/capability statement for this requirement. The Government will award a Firm- Fixed-Price contract. Pricing shall be FOB Destination Vicksburg, MS; therefore the proposal must include all applicable shipping charges. The closing date is 29 September 2010 at 1200 noon, Central Standard Time. Anticipated Award date is 30 September 2010. All items shall be priced FOB DESTINATION, Vicksburg, MS. Electronic quote submission is encouraged at joshua.r.marks@usace.army.mil, but the quote may also be faxed to (601) 634-4885. For questions, call (601) 634-3908; email joshua.r.marks@usace.army.mil or fax (601) 634-3908, Attn: Joshua Marks and reference Solicitation number W81WF02447603. In order to be eligible for award firms must be registered in the Central Contractor Registry (CCR). Vendors may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at https://www.bpn.gov/ccr/default.aspx. Please note that defense payment offices may not make payment unless the contractor is established to receive electronic funds transfer (EFT). EFT payments are based on the contractor's EFT information contained in the CCR database. This synopsis will close on __29 September 2010__ at 12:00 noon ET. Please use reference number W81EWF02447603 when responding to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF-0244-7603/listing.html)
- Place of Performance
- Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
- Zip Code: 39180-6199
- Zip Code: 39180-6199
- Record
- SN02292044-W 20100924/100922234924-b271d56999ea0ba0f938e062ae6f9d64 (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 |