Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2015 FBO #5029
SOLICITATION NOTICE

65 -- 3Dent Printer unit with compatible software that will enhance the capabilities of a government owned 3Shape (CAD/CAM) and Ivoclar Wieland milling system.

Notice Date
8/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Southern Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K0015T0776
 
Response Due
9/11/2015
 
Archive Date
10/28/2015
 
Point of Contact
Carolyn Lovett, 706-787-2211
 
E-Mail Address
Southern Regional Contracting Ofc
(carolyn.f.lovett.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services 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. The solicitation number is W81K00-15-T-0776. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. The North American Industry Classification System Code (NAICS) for this procurement is 339112. This will be an unrestricted requirement. The Regional Health Contracting Office-Central-Fort Gordon Cell (RHCO-C-FGC) (Provisional) has a requirement for a 3Dent Printer unit with compatible software that will enhance the capabilities of a government owned 3Shape (CAD/CAM) and Ivoclar Wieland milling system. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00013DENT PRINTER1Piece$0.00 0002LARGE POST CURING APPARATUS1Piece$0.00 0003BASE STAND 1Piece$0.00 0004TRAINING ON SITE1EA$0.00 000515Piece$0.00 E-DENSTONE MATERIAL (Peach) 00061Piece$0.00 ULTRA MACHINE CRATING FEE FFP 00071Piece$0.00 FREIGHT FOB DESTINATION ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0008Piece$0.00 ULTRA STAND CRATING FEE FFP 00093Piece$0.00 WARRANTY & TECH SUPPORT FFP GRAND TOTAL: ______________________________________ The Government is exempt from state taxes. Inclusive of the grand total, the Offeror will provide complete installation and a site survey for space and electrical requirements. Offeror will provide orientation to three individuals within 24 hours after installation. Offeror must be registered in the SAM database before an award can be made. If the offeror is not registered in the SAM database, it may do so through the SAM website at http://www.SAM.gov. The selected Offeror must comply with the following commercial service terms and the provisions at FAR 52.212-1, Instructions to Offerors-Commercial (APR 2014), apply to this acquisition. 52.212-1, Addendum. If an quote mark Equal quote mark product is being proposed, a full product description, make and model shall be submitted with sufficient technical detail to allow the Government to determine the item to be at least equal to the brand name items listed above. Offers without this information cannot be evaluated and the quotation will be determined to be non-responsive. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be included with the offer. FAR 52.211-6, Brand Name or Equal (AUG 1999); FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating To Iran-Certification (DEC 2012); FAR 52.209-2, Prohibition on Contracting With Inverted Domestic Corporations-Representations (DEC 2014) FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998); FAR 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984); DFAR 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011); FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014) and Addendum to 52.212-2. If providing an quote mark equal quote mark item (s), comply with FAR Provision 52.211-6, Brand Name or Equal. Explain (one page) how your company will meet the salient characteristics listed below. Salient Characteristics We have a requirement for a Professional Dental 3D Printer with the following characteristics, Net build size Volume of 266x 175x 76mm, able to produce Native Resolution in X and Y of 50 microns, dynamic resolution in Z (25-100 microns) user adjustable and material dependent, that can use the printing Material by E-Dentstone for 3SP Peach, that allow for tridimensional dental model fabrication and use with our existing gold alloy casting systems in place, it has to be able to quickly 3D print highly accurate dental models at speeds of up to 10mm/hour for the full build up envelope Post-processing Built-in UV Curing Station to set off the material after is printed, with Software compatible with (Easy installer, network connection, Windows based OS, Built in STL data file handling verification, Automatic and optimized supports), it must have File Input on STL format, Electrical Requirements corresponding to 100-127 VAC, 50-60Hz, single phase, 8A. With a maximum foot print of 74 x 76x 117cm, and an approximate weight of no more than 90kg. Note *We cannot accept deviation from these requirements for each of the above characteristics and printing materials, as substitutions will be incompatible with existing scanners and printer model as well as established Dental Laboratory procedures in place for material investing, casting and alloy finishing for technicians that will be working with and in conjunction with the requested unit. 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. The proposed prices received in response to the solicitation will be compared to commercial prices, previously proposed prices for same or similar services or independent government estimates to determine price reasonableness. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (MAR 2015) Alternate I (MAR 2015) FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (MAY 2015); Addendum to 52.212-4 (Local Clause (LC) 5003); FAR 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); FAR 52.222-3 -- Convict Labor (JUN 2003); FAR 52.222-21 -- Prohibition of Segregated Facilities (APR 2015) (EEO); FAR 52.222-26 -- Equal Opportunity (APR 2015) (EEO); FAR 52.222-36 -- equal opportunity for Workers With Disabilities (JUL 2014); FAR 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015); FAR 52.223-3 -- Hazardous Material Identification and Material Safety Data (JAN 1997); FAR 52.223-18 -- ENCOURAGING Contractor PolicIES to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008); FAR 52.232-33 -- Payment by Electronic Funds Transfer-system for AWARD MANAGEMENT (JUL 2013); FAR 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013); FAR 52.233-3 -- Protest after Award (AUG 1996); FAR 52.233-4 -- Applicable Law For Breach Of Contract Claim (OCT 2004); FAR 52.247-34 - F.O.B. Destination (NOV 1991); DFAR 252.201-7000 -- CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991); DFAR 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013); DFAR 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992); DFAR 252.223-7006 -- PROHIBITION ON STORAGE AND DISPOSAL OF TOXIC AND HAZARDOUS MATERIALS (APR 2012); DFAR 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013); DFAR 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); DFAR 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006); FAR 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014); FAR 52.219-28, Post Award Small Business Program Representation (JUL 2013) FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998); FAR 52.252-6 Authorized Deviations In Clauses (APR 1984); DFAR 252.204-7012, Safeguarding Of Unclassified Controlled Technical Information (NOV 2013); DFAR 252.244-7000, Subcontracts For Commercial Items (JUN 2013). Full text of provisions and clauses may be accessed electronically at the following address: http://www.farsite.hill.af.mil. iRAPT Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) location listed in Block 18a of your purchase order/contract. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of iRAPT documents. Foreign Vendors will submit banking information in the Comments Tab of the iRAPT invoice. TYPE OF DOCUMENT ___ Invoice (Contractor Only) _X__ Invoice and Receiving Report (COMBO) ___ Invoice as 2-in-1 (Services Only) ___ Receiving Report (Government Only) CAGE CODE: ISSUE BY DODAAC: W81K00 ADMIN BY DODAAC: W81K00 INSPECT BY DODAAC: ACCEPT BY DODAAC: SHIP TO DODAAC: PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: (Use Group e-mail accounts if applicable) INSPECTOR Primary: l Alternate: ACCEPTOR Primary: Alternate: RECEIVING OFFICE POC: Primary: Alternate: CONTRACT ADMINISTRATOR/ SPECIALIST: Carolyn.f.lovett.civ@mail.mil Phone: 706-787-2211 CONTRACTING OFFICER:. Phone:706-787-5674 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0015T0776/listing.html)
 
Place of Performance
Address: Southern Regional Contracting Ofc ATTN: MCAA BLUILDING 39706 40TH ST Fort Gordon GA
Zip Code: 30905
 
Record
SN03862731-W 20150831/150829233630-ae3e9e2db5fad9aadd2eb19a5d74bc96 (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.