COMMERCE BUSINESS DAILY ISSUE OF JULY 28,2000 PSA#2652 U.S. Army Materiel Command, Natick Contracting Division, Attn:
AMSSB-ACN, Natick, MA 01760-5011 70 -- RAPID PROTOTYPING SYSTEM (RPS) SOL DAAD16-00-R-0026 DUE 082000
POC Thomas J. Bouchard (508) 233-4026 WEB: US Army Materiel Command A/C
-- Natick Contracting Division, http://www3.natick.army.mil. E-MAIL: To
contact the Contract Specialist via E-mail, click,
Thomas.Bouchard@natick.army.mil. The U.S. Army Materiel Command
Acquisition Center-Natick Contracting Division on behalf of the U.S.
Army Soldier Systems Center (US Army -SSC), Natick, MA, has a
requirement for a Rapid Prototyping System (RPS). The RPS will be used
by SBCCOM-SSC to fabricate functional prototypes directly from
Computer Aided Design data, which will be used for form, fit, and
function evaluation of protective or personal equipment design
concepts. This is a combined synopsis and solicitation for commercial
items prepared in accordance with the format in Federal Acquisition
Regulation (FAR) Subpart 12.6 and 13.5, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation for the RPS; proposals are being requested and a
written solicitation will not be issued. The solicitation number for
this acquisition is DAAD16-00-R-0026. This document incorporates
Provisions and Clauses in effect through Federal Acquisition Circular
97-17. This acquisition is one hundred percent (100%) set-aside for
Small Business. The Standard Industrial Classification (SIC) for this
procurement is 3571 and the Small Business Size Standard is 1,000
employees. The contractor shall provide the Government with one (1)
Rapid Prototyping System (RPS), which includes installation, manuals,
warranty, shipping and upgrades to the software and maintenance. The
contractor will also be required to provide training of the system at
the US Army-SSC, Natick, MA to Government personnel in the operation
and maintenance of the RPS, and provide 4 one-year options for an
Extended Warranty. The RPS shall have the following salient
characteristics: 1) Be comprised of all the hardware and software, year
2000 compliant, necessary to produce solid 3-D prototypes of complex
geometries directly from Computer Aided Design (CAD) data; 2) Produce
prototypes made from but not limited to polyamide (nylon), glass-filled
polyamide, elastomer, copper polyamide, polystyrene, foundry sands, and
stainless steel; 3) Have a minimum build envelope of 13" x 15" x 18";
4) Produce solid 3-D prototypes to an accuracy of plus or minus .005"
in each direction; 5) Produce solid 3-D prototypes that can be used as
functional prototypes, precise patterns for secondary tooling
processes such as vacuum forming, investment casting, low pressure
molding, and mold inserts; 6) Be comprised of system hardware and
software to include, but not limited, to the following minimum
requirements: a) Intel Pentium 400 MHz Processor; b) 128 MB RAM; c) 8
GB Hard Disk; d) 40X EIDE CD ROM; e) 17" Energy Star Compliant Monitor;
f) 8 MB Video Card; g) 10/100 Network Interface Card, WUOL; h) Keyboard
and Mouse; i)100 MB Zip Drive; j) Windows NT Workstation; 7) Shall be
capable of importing stereolithography file formats; 8) Shall be able
to nest parts for simultaneous building of multiple parts; 9) Operation
and maintenance shall not adversely affect the safety and or health of
the operators when they are using the RPS to make and/or process
prototypes, or when operating, servicing, or maintaining the system;
10) Shall minimize the post-processing requirements associated with the
part build process; 11) Shall not require the addition of support
structures to support the geometry during the build process; 12) Shall
generate minimal to no waste or by-products that are harmful to health
or the environment; and 13) The RPS shall be a system that is currently
being manufactured and is commercially available. INSTALLATION OF THE
RPS: The Government requires installation of the RPS by the Contractor
at the US Army-SSC, Natick, MA 01760. Prior to installation of the RPS
by the contractor, Government personnel will be required to complete
site preparation requirements and shall notify the Contractor when the
site is ready for installation. Installation of the RPS shall have a
minimum impact on facilities with respect to site preparations, such
as, space required, environmental controls for temperature, humidity,
dust, ventilation, or noise. TRAINING: The Contractor shall provide
training of the RPS at the US Army-SSC, Natick, MA site for 2
Government employees and shall consist of proper operation and
performance of required routine maintenance. MANUALS: Operating
Instruction Manuals for the operation of all equipment and software
shall be provided. EXTENDED WARRANTY: The contractor shall provide all
labor, parts and equipment required for maintenance of the RPS, and
provide upgrades to the software. The Contract will contain 6 CLINs.
CLIN 0001is for the RPS, which shall include on-site installation,
manuals, warranty, shipping and upgrades to software and maintenance,
for a period of one-year. CLIN 0002 is for Training. CLINs 0003 through
0006 (Option CLINs), are for the Extended Warranty (Years 2, 3, 4 and
5) which shall include upgrades to software and maintenance. DELIVERY
SCHEDULE: CLIN 0001- RPS: Delivery shall be 30 days from notification
by the Government to the Contractor that the Government site is ready
for installation. CLIN 0002 Training: Shall be completed 30 days after
installation of the RPS. CLINs 0003 through 0006 (Option Years
2,3,4,5) Extended Warranty: If exercised, the period of performance for
each CLIN shall be for 12 months from the date of the exercise of the
option. The provision at FAR 52.212-1, Instructions to Offerors --
Commercial applies to this acquisition, addenda to include the
following: Offerors shall hold the prices in its offer firm for 60
days. Delivery shall be F.O.B. Destination, Natick, MA 01760, and
Inspection and Acceptance shall be at Destination by the Government.
TECHNICAL PROPOSAL: Offerors shall submit commercial product
literature, which clearly articulates and describes the RPS offered and
the capabilities thereof. Information shall also include the terms of
the warranty and extended warranty offered and resumes which include
experience of the personnel who will be conducting the training, and a
representative instruction manual for the RPS. A completed copy of the
provision at FAR 52.212-3 (Representations and Certifications) and
DFARS 252.212-7000 (Representations and Certifications) shall be
provided. PAST PERFORMANCE PROPOSAL: Offerors shall submit Past
Performance information in accordance with FAR clause 52.212-1(b)(10)
which describes the Offeror's recent, relevant experience in providing
similar items to either commercial or Government customers with points
of contact and phone numbers. PRICE PROPOSAL: Offerors shall provide
the Unit Price for all CLINs (0001 0006). The Government may determine
that a proposal is unacceptable if the proposed prices are materially
unbalanced. Unbalanced pricing exists when, despite an acceptable
total evaluated price, the unit pricing is significantly understated or
overstated as indicated by the application of price analysis
techniques. A proposal may be rejected if the Contracting Officer
determines that the lack of balance poses an unacceptable risk to the
Government. The provision at FAR 52.212-2, Evaluation Commercial Items
applies to this acquisition. The following Areas will be evaluated
andare stated in order of importance (Technical>Price>Past
Performance): TECHNICAL AREA- Proposed item's capability to meet the
solicitation requirements as demonstrated by commercial product
literature. Warranty and extended warranty will be evaluated on the
terms and conditions thereof. Experience and capabilities of the
trainers and the instruction manual will be evaluated. PRICE AREA-
Price will be evaluated on the overall price associated with the RPS,
Training and all Option Years for the Extended Warranty. PAST
PERFORMANCE AREA -- The Offeror's past performance with Government and
Commercial customers in the area of producing similar and/or related
products. Specific areas of past performance examined will include
demonstrated technical and schedule performance, responsiveness to
contract requirements and customer satisfaction. Emphasis will be
placed on recent, relevant experience. RATINGS: The Technical Area will
receive an adjectival rating as follows: Excellent, Acceptable, or
Unacceptable. The Price Area will be evaluated based on the price
competition of this acquisition. Fairness and reasonability will be
determined accordingly by the Contracting Officer. The Past Performance
Area will be rated as acceptable or unacceptable based on the relative
risks associated with the Offeror's likelihood of success in
accomplishing this effort. Contract award will be made to the Offeror
whose proposal represents the best overall value to the Government
based on the Areas set forth herein. To receive consideration for
award, overall evaluations of not less than "Acceptable" must be
achieved in all Areas. This is a best value acquisition, therefore
Offerors are cautioned that award may not necessarily be made to the
lowest-priced Offeror. The following FAR clauses and provisions apply
to this acquisition: 52.252-1 (Fill-in as follows:
http://farsite.hill.af.mil); 52-252-2 (Fill-in as follows
http://farsite.hill.af.mil); 52.212-3, 52.212-4; 52.212-5 (the
following clauses thereunder are applicable: 52.203-6 ALT I; 52.219-8;
52.219-14; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; and
52.232-33); 52.217-9 (Fill-in as follows: (a) 30 days prior to the
expiration of the current contract period; 60 days ; (c) 60 months);
52.219-6 and 52.237-2; and DFARS 252.204-7004, 252.212-7000,
252.212-7001 (the following clauses thereunder are applicable:
252.243-7002; 252.247-7023; and 252.247-7024). This
synopsis/solicitation may also be viewed on the US Army Materiel
Command Acquisition Center-Natick Homepage, at
http://www3.natick.army.mil. Questions concerning this combined
synopsis/solicitation shall be directed to Mr. Thomas J. Bouchard,
Contract Specialist, at Thomas.Bouchard@natick.army.mil. PROPOSAL
SUBMISSION: Offerors shall submit two (2) copies plus one original
(identified as such) for the Technical and Past Performance Areas and
one (1) copy plus an original of the Price Area. Technical and Past
Performance may be combined and shall not contain any Price
Information. All proposals must be received (Facsimile proposals will
not be accepted) via mail OR through the AMC Acquisition Center-Natick
Homepage no later than August 20, 2000 at 1:00p.m (EST). The mailing
address is: U.S. Army Materiel Command Acquisition Center, Natick
Contracting Division, Attn: AMSSB-ACN-S (Mr. Thomas J. Bouchard), Bldg.
1, Kansas St, Natick, MA 01760-5011. Posted 07/26/00 (W-SN479158).
(0208) Loren Data Corp. http://www.ld.com (SYN# 0307 20000728\70-0011.SOL)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on July 26, 2000 by Loren Data Corp. --
info@ld.com
|
|
|