Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

36 -- FA860122R0018 - AFIT 3D Metal Printer

Notice Date
3/4/2022 12:50:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860122R0018
 
Response Due
3/11/2022 12:00:00 PM
 
Archive Date
03/26/2022
 
Point of Contact
AB Donovan Durgin, Phone: 937-522-4540, Zachary Huffman
 
E-Mail Address
donovan_justin.durgin@us.af.mil, zachary.huffman.2@us.af.mil
(donovan_justin.durgin@us.af.mil, zachary.huffman.2@us.af.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for AFIT 3D Metal Printer as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2021-06, effective 10 June 2021; Defense Federal Acquisition Regulation Supplement (DFARS) Change 7/9/2021, effective 9 July 2021; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2019-1001, effective 1 October 2020. This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government price and other factors considered. The combined synopsis/solicitation number for this requirement is FA8601-22-R-0018 and is hereby issued as a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This acquisition is solicited under Full and Open competition. Any qualified offeror may submit a proposal. NAICS Code: 333249 - Other Industrial Machinery Manufacturing Small Business Size Standard: �500 Employees Acceptable means of Submission:� All submissions must be submitted electronically to the following email address donovan_justin.durgin@us.af.mil by Friday, 11 March 2022 3:00 P.M. EST. Any correspondence sent via e-mail must contain the subject line �FA8601-22-R-0018, AFIT 3D Metal Printer� The entire proposal must be contained in a single e-mail, unless otherwise approved, including attachments. Please note: due to the e-mail server, any e-mails that exceed 5 megabytes might not go through. E-mails with compressed files are not permitted.� Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files).� Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.� If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.� The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation e-mail within 24 hours of submitting the proposal, please call or e-mail the point of contact listed on the solicitation. Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. Failure to agree to the terms & conditions may result in the proposal to be determined non-responsive and as a result may not be selected for award. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov.� The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.� Delivery Schedule:� ���������������������������� Delivery and installation to be complete 3 months after date of award. Early delivery acceptable with the coordination of Contracting Officer. ����������������������������������������������� Delivery Destination:�������������������������� AFIT/ENY Ship to DoDAAC: F4F5AL POC: Mr Jamie Smith Building 640, Rm 307, 2950 Hobson Way, WPAFB OH 45433 Installation Schedule: Installation expected to take one (1) week. ����������������������� ����������������������������������������������������������������������������������� Delivery Type:� FOB Destination (As defined in FAR 2.101�Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance:� Both inspection and acceptance will be by the Government at Destination. Requirement: Provide the Additive Metal 3D Printer equipment as described in the attached solicitation. Costs to include all shipment, delivery, set-up and install costs. This requirement will also require the contractor to deliver and install the equipment at AFIT/ENY (F4F5AL) Building 640, Rm 307, 2950 Hobson Way, WPAFB OH 45433. The anticipated award is Firm-Fixed Price.� Basis for Award: The Government will issue a purchase order to the responsible offeror whose proposal conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. Evaluation Approach. The Government will evaluate proposals using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where proposals will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a proposal other than the lowest price that provides additional benefit(s). Proposals may exceed minimum requirements of the solicitation. The Government reserves the right to select a proposal that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate proposals. The evaluation will consider the following: Technical or Quality: The proposal will be evaluated to the extent to which it can meet and/or exceed the Government�s requirements as outlined in the solicitation and based on the information requested in the instructions to offerors section of the solicitation. Price: The Government will evaluate the price by adding the total of all line item prices. The proposals may be in any format but MUST include: 1.� Proposing company�s name, address, DUNS number, Cage Code, and TIN. 2.� Point of contact�s name, phone, and email. 3.� Proposal number & date. 4. �Timeframe that the proposal is valid. 5.� Individual item price. 6.� Total price (Net 30), No Progress Payments. 7.� Shipping (FOB Destination). 8.� Completed copy of representations and certifications (Attachment 1 � Solicitation and Attachment 2 � FAR 52.204-24). 9. Itemized price-list which includes the dimensions and specification of each typical.� Important Notice to Contractors:� Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the item(s) meet or exceed the requirements described in the stated Minimum Requirements (Attachment 1 � Solicitation). All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract.� SAM can be accessed at https://www.sam.gov.� Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests.� Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form.� Wide Area Workflow � Receipt and Acceptance (WAWF � RA) is the DoD system of choice for implementing this statutory requirement.� Use of the basic system is at no cost to the contractor.� Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com.� Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a)��� North American Industry Classification System (NAICS) code and small business size standard are as specified above. (b)�� Submission of offers is as prescribed in the text of this combined synopsis/solicitation. Proposal Content: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation in determining whether the product(s) meets the stated Minimum Requirements in Attachment 1. Embellishments Not Desired:� Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.� Please direct all questions to Donovan Durgin, donovan_justin.durgin@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dd32b3fce5864f1ca470caa3b39db4c3/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06257841-F 20220306/220304230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.