Loren Data Corp.

'

  
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