Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

99 -- Stratasys Fortus 900mc 3D Printer Tips & Materials

Notice Date
4/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-18-T-3D_Printer_Parts
 
Point of Contact
Stanley L. Bolton, Phone: 3097820952, Ashlee G. Asplund, Phone: 3097822008
 
E-Mail Address
stanley.l.bolton2.civ@mail.mil, ashlee.g.asplund.civ@mail.mil
(stanley.l.bolton2.civ@mail.mil, ashlee.g.asplund.civ@mail.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 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 formal solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 13, Simplified Acquisition Procedures and FAR Part 12, Acquisition of Commercial Items. The solicitation number is W52P1J-18-T-3D_Printer_Parts. The North American Industry Classification System (NAICS) Code for this procurement is 333249; the small business size standard is 500 employees. Offerors providing quotations must be registered within the System of Award Management (SAM) database in order to receive a contract award. The website for SAM is https://www.sam.gov/. Description of Requirement: This solicitation is issued for the following items: Extended Description: The tip and material listed below must be capable of use with the Stratasys Fortus 900MC 3D printer. Required Parts and Materials: CLIN 0001 Tip, FDM, T12, Part Number (PN): 5111-10301 5 each CLIN 0002 Support Tip, FDM, T12SR30, PN: 511-10900 7 each CLIN 0003 Tip, FDM, T16, PN: 511-10401 2 each CLIN 0004 Tip, FDM, T20, PN: 511-10701 5 each CLIN 0005 Natural Material, T-Class, (m), ABS30, PN: 311-20000 7 each CLIN 0006 Soluble Support Material, T-Class, (S) SR30, PN: 311-30200 5 each CLIN 0007 PC Material, T-Class, (M), PN: 310-20100 8 each CLIN 0008 PC Base Support Material, T-Class, PN: 310-30100 6 each Type of Acquisition and Contract: This acquisition is issued as a 100% Total Small Business Set-aside. The Army Contracting Command-Rock Island (ACC-RI) intends to award a Firm-Fixed-Price Contract. Delivery and Location: The delivery is no later than five days after receipt of order (ARO). Early delivery is allowable at no additional cost to the government. Delivery shall be FOB Destination To: Rock Island Arsenal Transportation Officer BLDG 299, East End RECG Door 16A Rock Island, IL 61299-5000 Quote submission requirements: The following shall be submitted in response to this solicitation: (1) Offerors must provide a Quote (Priced) for all items listed above in a detailed price list for all items provided to include delivery cost. (2) Company name, CAGE code, and DUNS number (3) Point of Contact (POC) (Name/Title/phone number/mailing & email address) (4) Documentation identifying company ability to comply with all specifications listed above. (5) Product literature detailing the specifications of the offered item, sufficient to demonstrate that the provide items are compatible with the Stratasys Fortus 900mc 3D printer. (6) The signature on the quote should be the signature of: a. A Corporate Officer (President, Vice-President, Treasurer, Secretary); or b. An individual authorized in writing by a Corporate Officer to bind the company to a legal document. (7) Responses shall include pricing broken down per items cost, delivery cost and a total price and cannot exceed 2 decimal places. (8) Quotes shall remain valid 30 days after the solicitation closing date. Listing of attachments: N/A Basis for Award: In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. In accordance with FAR 12.602, streamlined evaluation procedures will be utilized for this procurement and are as follows: Award will be made to the lowest price responsive, responsible offeror whose quote confirms to all the terms and conditions of the solicitation. This requirement is all or none, meaning your organization must have the ability to fulfill this solicitation in full. A partial quote shall not be accepted The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulations Supplements (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at https://farsite.hill.af.mil): Clauses: FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representation and Certifications Commercial Items ALT 1 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; Within FAR 52.212-5, the following clauses apply: FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. (End) FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.232-40, Providing Accelerated Payments to Small Business Sub-contractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation support DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.213-7000, Notice to prospective suppliers on Use of Past performance Information Retrieval System, Statistical Reporting in past Performance Evaluations. DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American Balance of Payments Program Certificate DFARS 252.225-7001, Buy American and Balance of Payment Program DFARS 252.225-7021, Trade Agreements DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial items DFARS 252.246-7008, Source of Electronic Parts DFARS 252.247-7023, Transportation of Supplies by Sea The following clauses added by addendum: FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, System of Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes Fixed Price FAR 52.246-2, Inspection of Supplies-Fixed Price FAR 52.247-34, F.O.B. Destination FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.243-7001, Pricing of Contract Modification The following additional information apply: Joint Manufacturing and Technology Center (JMTC) Site Specific Information: On Time Delivery On time delivery is very critical. Therefore, the contractor must adhere to the delivery requirements indicated above. Failure to comply with the contractual delivery schedule may result in termination of the order or require consideration if the Government elects to extend the delivery. The Government is not required to extend your delivery schedule if you encounter delays. The non-availability of raw materials, subcontractor issues, scheduling conflicts, etc. are not acceptable excuses for failing to meet the delivery schedules. Ensuring that you can provide quality products that conform to the purchase order is just as important as meeting the required delivery schedule. Delivery of non-conforming products results in delivery delays and increased costs to the Government. Early delivery is encouraged and authorized at no additional cost to the Government. Though early delivery is authorized, the vendor shall approve and coordinate in advance of due date with the Contract Specialist and/or Contracting Officer designated for this purchase order. If there is going to be a delay in delivery, the vendor is required to notify the Contract Specialist and Contracting Officer designated in this purchase order. Please note that your performance under this purchase order (including timeliness of deliveries and the quality of supplies/services delivered) will be monitored and recorded by this contracting office. This information may be used to determine a record of past performance for future contract awards. Contractors/offerors that are concerned about their record of past performance may contact this office if they wish to view and discuss their records. Visitor Access Passes Effective Immediately: Rock Island Arsenal (RIA) Visitor Access Passes are issued to individuals, not companies. All visitors, to include transportation and freight services, official and unofficial, are highly suggested to pre-register at least three (3) business days in advance. Pre-registering visitors allows for the NCIC-III background check to be conducted before the individual visits RIA, reducing the wait time necessary to complete the check. All visitors must complete a Visitor Access Request Form. Access Request Forms should be emailed or faxed prior to the delivery. The Visitor Access Request Form can be found at http://www.usagria.army.mil/AccessRequests. Follow the instructions on How to Obtain a Visitor Pass. All first time visitors must process through the Moline Gate Visitor Center. TRUCKS MUST ENTER THROUGH MOLINE, IL GATE, OFF OF RIVER DRIVE IN MOLINE I-74. Transportation Service Providers are required to send drivers with proper identification who meet all the installation access requirements. Transportation Service Providers are required to send United States Citizens and drivers that will pass applicable background checks failure to do so can result in warnings or Non-use. Real-ID access implementation is active at Rock Island Arsenal, IL. Individuals using a driver's license from the states of Illinois, Minnesota, Missouri, New Mexico or Washington will have to use a secondary form of Identification to enter U.S. military installations. Additional forms of identification that may be used in conjunction with a state driver's license are Vehicle Registration with name and address, Veterans Health Identification Card, PIV Card, PIV-1 Card, DHS "Trusted Traveler" Card, U.S. Certificate of Naturalization or Certificate of Citizenship (Form N-550), and State of Illinois Firearm Owners Identification (FOID) card. The prime offerors need to ensure this information is passed on to any subcontractors and/or transportation providers they may utilize during performance of their purchase order. DRIVERS WHO DO NOT MEET THE INSTALLATION ACCESS REQUIREMENTS, THEY WILL NOT BE ALLOWED ON THE INSTALLATION AND WILL BE TURNED AWAY. POC for this Policy are: Rock Island Arsenal Visitor Center (309) 782-0485 -phone (309 782-5029-fax usarmy.ria.imcom.mbx.usag-access-request@mail.mil SHIPPING/DELIVERY INSTRUCTIONS AND INFORMATION 1. The complete purchase order, delivery order, call order, or contract number (the number that starts with W9098S----) must be on the outside of the shipping container. This number must also appear on all packing slips, invoices, bills, or any communications regarding this order. 2. A packing list must be included with each shipment. 3. Shipment or Delivery to any address other than the "Ship to" Address designated in the Purchase Order, Block 15 Of The SF1449 may result in a delay in payment. 4. Any change in the "Ship to" Address must be approved by a written contract modification from the contracting officer. ROCK ISLAND ARSENAL SAFETY REQUIREMENTS 1. All Contractors and Contractor personnel coming on to Arsenal Island must comply with the Rock Island Arsenal/Joint Manufacturing and Technology Center (RIA-JMTC), other Arsenal Island safety requirements and all federal, state, and local safety laws and regulations. 2. Contractors must provide their employees with, and the employees must use, all required safety equipment necessary for the work they are performing and/or the areas they are in. 3. This includes safety glasses, safety shoes, proper clothing, proper protective equipment and rigging. 4. All drivers on Arsenal Island must use seatbelts at all times when driving a motor vehicle. 5. If in doubt about any safety requirements, contact the Rock Island Safety Office Phone: 309-782-2579. CONCEALED CARRY RESTRICTIONS Concealed carry permits do not apply on military installations. Contractors and delivery drivers shall ensure there are NO weapons or ammunition in their vehicles prior to entering the installation; a K-9 unit will find and alert if any prohibited items are detected. (End of Notice) RECEIVING HOURS OF OPERATION MONDAY - THURSDAY 6:30 TO 2:00PM CST/CDT Deliveries before or after the above delivery hours will be turned away No appointments are necessary For directions: call 309-782-6569
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04fc5c8557dfd2693930d7942dd352ba)
 
Place of Performance
Address: Rock Island Arsenal, Rock Island, Illinois, 61299, United States
Zip Code: 61299
 
Record
SN04900502-W 20180427/180425230751-04fc5c8557dfd2693930d7942dd352ba (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  © 1994-2020, Loren Data Corp.