Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2014 FBO #4668
SOLICITATION NOTICE

58 -- 3D Systems Cube Pro Duo Printer

Notice Date
9/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333244 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
F1DT884234A001
 
Archive Date
10/3/2014
 
Point of Contact
Deborah Grant, Phone: 2406126206, Sheliah, Phone: 2406126160
 
E-Mail Address
deborah.grant1.civ@mail.mil, sheliah.j.mcdaniel.mil@mail.mil
(deborah.grant1.civ@mail.mil, sheliah.j.mcdaniel.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation Reference no. F1DT884234A001 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-73. The associated North American Industrial Classification System (NAICS) code for this procurement is 333244 with size standard of 500 employees. This solicitation is unrestricted. DESCRIPTION OF ITEMS: LINE ITEM: 0001 - Provide 3D Systems Cube Pro Duo Printers -(Brand Name or Equal) QTY: 9 EA., UNIT PRICE: tiny_mce_marker________, EXTENDED PRICE: tiny_mce_marker_____________ Performance: Print Technology Plastic Jet Printing (PJP) Build Volume Using 2 Extruders: 9 x 10.75 x 9.5" / 22.9 x 27.3 x 24.1 cm Using 1 Extruder: 10.75 x 10.75 x 9.5" / 27.3 x 27.3 x 24.1 cm Layer Resolution High Definition: 0.0028" / 0.07 mm (70 microns) Standard Definition: 0.0079" / 0.2 mm (200 microns) Fast Mode: 0.0138" / 0.35 mm (350 microns) Z Axis Resolution: 0.004" / 0.1 mm (100 microns) Print Speed 9/16" / 15 mm per second, polymer dependent (Maximum) Filament Diameter 0.069" / 1.75 mm Filament Compatibility PLA, ABS, Nylon Print Tolerance X and Y Axis: ± 1% dimension or ± 0.008" / 0.2mm (200 microns), whichever is greater. Z Axis: ± half the processed z resolution. Shrinkage and warping can occur on models and is purely geometry dependent. Software: Bundle Software CubePro Software Cubify Invent File Types Supported.cubepro (The free, downloadable Cubify software can convert.stl and.creation files into.cubepro files.) Operating Systems Supported Windows: 32 or 64 bit operating systems: Windows XP Professional or Home Edition with Service Pack 3 Windows 7 (Windows is required for ad-hoc WiFi print job submission - if not already installed, the Cube software will automatically install the Microsoft.NET 4.0 framework.) Mac OS X: 10.8 and later Connectivity USB Drive, Wi-Fi General: Temperature Maximum Temperature at Extruder Tip: 536°F / 280°C Electrical 100 - 240 VAC Hardware Requirements Processor: Multi-core processor - 2 GHz or faster per core System RAM: 2 GB minimum Screen resolution: 1024 x 768 Dimensions (W x L x H) 22.75 x 22.75 x 23.25" / 57.8 x 57.8 x 59.1 cm Weight 82.5 lb / 37.4 kg Max Build Size: 10¾" x 10¾" x 9½" Min Layer Thickness: 70 microns Materials: PLA / ABS / Nylon LINE ITEM: 0002 - 3D Systems CubePro ABS Cartridge,Black-131; White - 131 and Gray -131 Brand Name or Equal, QTY: 393 EA., UNIT PRICE: tiny_mce_marker_________, EXTENDED PRICE: tiny_mce_marker______. LINE ITEM: 0003 - 3D Systems CubePro pla Cartridge,Black-131; White - 131 and Gray -131 Brand Name or Equal, QTY: 393 EA., UNIT PRICE: tiny_mce_marker_________, EXTENDED PRICE: tiny_mce_marker______. LINE ITEM: 0004 - 3D Systems CubeStick-glue 2-pack, Brand Name or Equal, QTY: 50 EA. tiny_mce_marker_________, EXTENDED PRICE: tiny_mce_marker_________. DELIVERY INFORMATION: FOB: Destination Delivery: 30 Sep 2014 Delivery Address: Quantico MCB, Virginia 22134 FAR PROVISIONS: 52.212-1 - Instructions to Offerors-Commercial Items is hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: The contractor shall submit their quote on company letterhead including solicitation number; contact name; address; telephone number of the offeror; unit price; extended price; any discount terms; cage code, DUNS number; tax identification number (TIN);and size of business. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. Non-conformance with this requirement may result in an offeror's quote being determined unacceptable. The items in this solicitation are identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.252-1 - Solicitation Provisions Incorporated by Reference; 52.252-5 - Authorized Deviations in Provisions 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. FAR CLAUSES: 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and the applicable Addenda to FAR Clause 212-4 are as follows: 52.204-7, 52.209-10, 52.223-18, 239-1, 52.247-34, 52.211-6, 52.219-1 ALT I, 52.252-2: http://farsite.hill.af.mil//, 52.252-6; DFARS (Chapter 2), 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 ALT A, 252.212-7001 (deviation 2009-00005), 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.232-7010, 252.239-7000, 252.239-7001,, 252.243-7001, 5352.201-9101(c) Col Edward D. Keller, AFDW/PK, 1500 West Perimeter Drive, Bldg. 1500, Suite 5750, Joint Base Andrews 20762, telephone no. 240-612-6111. 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additionally, the following clauses cited in FAR 52.212-5 are applicable to this acquisition: 52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-21, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, 52.233-3, and 52.233-4. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) database. A contractor can contact SAM by calling 1-866-227-2423 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically through Wide Area Work Flow. You can register at https://wawf.eb.mil. Quotations must be received no later than 3:00 pm Eastern Standard Time, 18 Sep 2014. The Government prefers that all offers are e-mailed to the point-of-contact below with contractors name listed in the subject block. The Government Primary point-of-contact is DEBORAH GRANT and can be reached at deborah.grant1.civ@mail.mil. The Government Secondary point-of-contact is TSGT SHELIAH MCDANIEL and can be reached at sheliah.j.mcdaniel.mil@mail.mil An official authorized to bind your company shall sign and date the quote. Please include your CAGE code and DUNS number. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers. All questions regarding this solicitation shall be sent via e-mails above. Oral questions will not be considered. Questions will no longer be accepted after 10 Sep 2014 at 2:00 pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1DT884234A001/listing.html)
 
Place of Performance
Address: Quantico Marine Corp Base, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN03493255-W 20140905/140903235614-da402ed24e3fe87ffaa3ef99e2320bd7 (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.