Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SOLICITATION NOTICE

74 -- ProJet 6000HD 3D Printer with Accessories

Notice Date
9/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-14-681
 
Archive Date
9/25/2014
 
Point of Contact
Megan Ault,
 
E-Mail Address
megan.ault@nih.gov
(megan.ault@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i)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. (ii)The solicitation number is HHS-NIH-NIDA-CSS-14-681 and the solicitation is issued as a request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 2, 1014. (iv)A notice regarding any set-aside restrictions, the associated NAICS code 334516 - Analytical Laboratory Instrument Manufacturing and the small business size standard is 500 employees. Only proposals submitted by small businesses will be accepted. (v)ProJet 6000HD 3D Printer with Accessories (vi)The National Institute of Mental Health (NIMH) has a requirement for ProJet 6000HD 3D printer and accessories to be used by the National Institute of Mental Health (NIMH) Section on Instrumentation. NIMH will require a SLA 3D printer that includes the following features and capabilities: •Machine must be capable of producing crystal-clear and ABS-like parts •System must be able to produce parts (build area) up to 10" x 10" x 10" •Accuracy of parts produced should be no less than +/-.002" for the entire build area •Parts produced must not require external adhesives or glues can be used to bind material •The machine must be capable of using different materials (resins) •System should also be able to adjust build layer accuracy to change how parts are produced for detail and speed •May include training, a one year warranty and two additional years of maintenance The ProJet brand name equivalent should meet the following capabilities: ProJet 6000HD with 250mm Print Tray and 1 Delivery Cart. Includes: ProJet 6000 Initial Fill Kit VisiJet SL Clear For 250mm Tray, installation VisiJet SL Clear (2.0 liter) Quantity 4 VisiJet SL Tough (2.0 liter) Quantity 14 Clean And Wash Solution (5 gal) ProJet 6000 Washing Unit ProJet UV Curing Unit Right Height Washing Table ProJet 6000 Material Delivery Cart (MDC) (vii)It is expected that delivery of all requirements will be completed approximately 230 days after contractor receipt of order. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical when combined is more important when compared to price. The following factors shall be used to evaluate offers: (1)Technical Capability - The offeror must include all items detailed in the project requirements in its quotation. The offeror must confirm the ability to meet delivery requirements. (2)Price - The price proposal must include the unit price and the total price for 3D printer (b) A written notice of award or acceptance of an offer emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The addendum includes the following FAR Clauses and provisions, and terms and conditions: (a)52.217-9, Option to Extend the Term of the Contract (Mar 2000) (b)HHSAR 352.239-70, Standard for Security Configuration (c)HHSAR 352.239-71 Standard for Encryption Language (d)HHSAR 352.239-73(a), Electronic and Information Technology Accessibility (e)Homeland Security Presidential Directive (HSPD)-12 (f)Federal Information Security Management Act of 2002 (P.L. 107-347) (FISMA) (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by September 10, 2014, 11:00 a.m., Eastern Standard Time, and must reference number HHS-NIH-NIDA-CSS-14-681. Responses may be submitted electronically to Megan Ault, Contract Specialist at megan.ault@nih.gov. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-681/listing.html)
 
Place of Performance
Address: NIMH SECTION ON INSTRUMENTATION, 13 SOUTH DR RM G348, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03496799-W 20140906/140905000448-6bc4944b34a4bcf18e6719a34cf9ee53 (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.