Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2023 SAM #7919
SOLICITATION NOTICE

70 -- Stratasys 3D Printer System and Accessories

Notice Date
8/1/2023 12:08:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660423QX680
 
Response Due
8/3/2023 8:00:00 AM
 
Archive Date
08/18/2023
 
Point of Contact
Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
 
E-Mail Address
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS AN AMENDMENT TO N6660423Q0680 This is a combined synopsis and solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quotation (RFQ) number is N6660423Q0680. This requirement is being solicited as 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this acquisition is 334118. �The Small Business Size Standard is 1,000 employees. The Product Supply Code (PSC) is 7E20. This requirement is for Brand Name Stratasys 3D Printer and accessories to include shipping FOB Destination to Newport, RI� 02841: CLIN 0001����� F370CR Printer System (370CR Printer System (110V/220V/50-60Hz, 12 Amp). Includes: 1 ea F370CR System, 1 ea F370 Start-up Kit, 1 60 ci Spool ea: ABSM30 Ivory, 1 60 ci Spool ea: QSR, Support, 1 Box Build Trays � Qty 16, 2 Standard Extrusion Heads, 1 Year Warranty, GrabCAD Print Software, Insight Software License ����������������������� Part No. 123-80000, Qty 1 CLIN 0002����� MTRL, FDM (M), Nylon-CF10, 90CI ����������������������� Part No. 333-90450, Qty 1 CLIN 0003����� DELETE CLIN 0004����� Installation and Training for Stratasys F123 Series/Dimension/Fortus250 � Performed by Reseller ����������������������� Part No. 400-35000-RES, Qty 1 CLIN 0005����� F123 Series CR Extrusion Head ����������������������� Part No. 123-00602-S, Qty 1 CLIN 0006����� SCA 3600 Cleaning System, SCA 3600 Cleaning System '-16""x16""x14"" (406x406x356mm) Work Envelope ����������������������� Part No. 570-10800, Qty 1 Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, brand name only, no substitutions.� Required delivery is F.O.B. Destination, Naval Station Newport, Rhode Island. BRAND NAME SPECIFICATION: Additive Manufacturing (AM) has been revolutionary for designers at Naval Undersea Warfare Center (NUWC) for producing prototypes, test fits, and end-use parts. The ability to create parts rapidly in-house cuts down ordering/shipping time and cuts expensive machining costs. The Stratasys AM equipment listed in the above CLIN structure uses software already installed and approved on lab computers. If another brand of AM equipment was selected, NUWC would need to learn and approve a new and unfamiliar software, which could result in unnecessary cyber vulnerabilities that need to be addressed, increasing total cost to integrate. The Information Technology (IT) department within Code 15 has already approved the Stratasys software utilized with this equipment. If a 3D printer with the capability for FDM high strength composites is not purchased, NUWC engineers and programs will remain limited to existing in-house prototyping capabilities, reducing potential cost savings and warfighter advancement. Currently the Stratasys system that NUWC has is in use 24/7 has reached end-of-life and is no longer supported by Stratasys which has already resulted in extended down time due to maintenance issues. The Stratasys F370CR achieves higher accuracy that will improve NUWC Newport�s capacity to provide its customers with high quality prototypes, tools, and end-use parts. The F370CR enables increased mechanical strength with its carbon fiber composites. Additionally, the ABS, ASA, TPU, PC-ABS, ABS-CF, and Nylon-CF filaments have high potential for R&D such as molds for sensors, improved mechanical properties, assembly part reduction, and enhanced durability, all while maintaining a low electrical and magnetic signature. The multi-material capability of this brand enables more advanced component development and more efficient prototyping. This eliminates the need for separate printers dedicated to composite and non-composite materials. If this technology is not invested in, these benefits will likely not be realized by NUWC Newport. Stratasys is the only brand that provides multi-material FDM extrusion that supports soluble support and advanced part accuracy; this requirement is determined to be brand name specific. Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM. F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation: FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-23, �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.�; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25, �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment�; FAR 52.209-10, �Prohibition on Contracting with Inverted Domestic Corporations.�; FAR 52.209-11, �Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.�; FAR 52.212-1, �Instructions to Offerors � Commercial Items.�; FAR 52.212-2, �Evaluation � Commercial Items.�; FAR 52.212-3 (ALT 1), �Offeror Representations and Certifications � Commercial Items.�; 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.�; DFARS 252.204-7008, �Compliance with Safeguarding Covered Defense Information Controls.�; DFARS 252.204-7009, �Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.�; DFARS 252.204-7015, �Notice of Authorized Disclosure of Information for Litigation Support.�; DFARS 252.204-7019, �NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS�; DFARS 252.204-7020, �NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS�; DFARS 252.213-7000, �Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.� DFARS 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors.�; DFARS 252.225-7031, �Secondary Arab Boycott of Israel.�; DFARS 252.246-7008, �Sources of Electronic Parts.�; Additional terms and conditions: In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government�s preferred payment method is via credit card. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website. The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis. In order to be determined technically acceptable the offeror shall: Quote the Brand Name specified in their required quantities. The offeror shall submit detailed specs with quote; Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only. Grey market items are unacceptable. Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on 03 August 2023. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/557c6b061c3c47d785bed7dcb0bcde29/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06772291-F 20230803/230801230057 (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.