SOLICITATION NOTICE
66 -- Color Three-Dimensional Printer
- Notice Date
- 6/26/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-08-RQ-0404
- Archive Date
- 7/26/2008
- Point of Contact
- Paula A. Wilkison,, Phone: 301-975-8448, Patrick K Staines,, Phone: (301)975-6335
- E-Mail Address
-
paula.wilkison@nist.gov, patrick.staines@nist.gov
- 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-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is being issued using Simplified Acquisition Procedures.*** ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is a 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business under the NAICS code identified above. *** *** The National Institute of Standards and Technology is seeking to purchase One (1) Color Three-Dimensional Printer. *** Background: The Fabrication Technology Division (FTD) of NIST’s Manufacturing Engineering Laboratory provides a wide range of engineering, fabrication and technical services to support the creation of unique measurement instruments and scientific apparatus needed by researchers in NIST's Measurement and Standards Laboratories. FTD provides the mission critical engineering and manufacturing expertise and equipment needed to produce specialized parts and subassemblies for the extraordinary variety of one-of-a-kind instruments conceived by NIST scientists and engineers. FTD’s primary line of service is metal fabrication, mechanical engineering, and electromechanical assembly. This service is used to engineer and fabricate high precision components and assemblies for use in one-of-a-kind measurement instruments conceived by NIST scientist and engineers. FTD depends on its installed base of manufacturing technology to support the many service needs of its customers. This acquisition will enable FTD to quickly produce physical models for our customers to use for iterative design of instruments and communication of research ideas and evolving technology. Functional prototypes can also be manufactured with this acquisition. Instrument analysis can economically be produced to improve the quality of components and demonstrate the interaction of multiple components. ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Color Three-Dimensional Printer, which shall meet or exceed the following minimum specifications: This requirement is for a three dimensional printer capable of producing physical artifacts of three dimensional electronic files created by SolidWorks Computer Aided Design (CAD) software. This 3D printer shall be used as an economical means of rapid prototyping, and shall be used to produce physical models from electronic CAD images. This 3D printer shall make composite models by sequentially applying layers of a source material and then applying a bonding agent. All physical features of the electronic image shall be represented in the printed model. 1.General: a.Power Supply Requirements: i.Operation shall require 110-120 VAC service ii.50 or 60 Hz single phase with less than a 15A draw b.Size requirements: iii.Printer shall occupy less than 12 sq. ft. of floor space iv.Printer shall weigh less than 600 lbs. c.Print Interface: v.Printer shall be compatible with TCP/IP 100/ 10 base T networks vi.Printer software shall be compatible with Windows 2000, XP, & Vista operating systems vii.Printer shall be able to print directly from.STL and.VRML file formats 2.Performance: a.The 3D printer shall be capable of producing high quality multicolor 3D models in a single print session. b.Minimum Build Volume: viii.Approximately 10 inches x 14 inches x 8 inches (250 mm x 350 mm x 200 mm) c.Minimum Build Speed ix.Printer shall be able to fill complete build volume with print in less than 12 hours x.Prints shall be capable of being removed from printer when completed with no internal curing required d.Minimal Build Detail xi.Printer shall have a minimum resolution of 600 x 540 dpi xii.Printer shall build in layers of less than.010” e.Build Accuracy: xiii.Printer shall create prints within +/- 1.0% or.005” dimensional tolerances in all axis f.Build Colors: xiv.Printer shall be capable of printing full color prints including shading and transitions 3.Features, Options, and Accessories: a.Print software shall be included that provides for 3D viewing, text labeling, and scaling functionality b.Printer shall be capable of creating both flexible and rigid models c.Printer shall be capable of recycling unused base material d.Printer shall run quietly enough to operate in an office environment without requiring hearing protection e.Printer shall not require external exhaust venting f.The 3D printer shall include all components, parts, and features necessary to meet the performance requirements specified herein. g.All parts subject to wear, breakage, or distortion shall be readily accessible by user for adjustment, replacement, and repair. h.The machine shall be of a unitized design that allows for ease of installation or relocation. i.The vendor shall have a service facility that can respond within two hours to the NIST-Gaithersburg facility. j.The 3D printer shall include a warranty covering components, parts, and features necessary to meet the performance requirements specified herein. The Contractor shall provide installation for the 3D Printer. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, system verification, and system check for manufacturing defects and any damage during shipment. The Contractor shall provide a thorough demonstration of all equipment functions. This must include a demonstration of all salient characteristics herein. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance & price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Minimum Specifications," 2) Past Performance and 3) Price. Technical capability and past performance, when combined, shall be approximately equal importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractors history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The Contractor must include the references name, contact person, and contact information in the quotation. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1.52.212-4 Contract Terms and Conditions—Commercial Items; 2.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: a.52.219-6 Notice of Total Small Business Set Aside b.52.222-3 Convict Labor c.52.222-19 Child Labor – Cooperation With Authorities And Remedies d.52.222-21 Prohibition of Segregated Facilities e.52.222-26 Equal Opportunity f.52.222-36 Affirmative Action for Workers with Disabilities g.52.222-50 Combating Trafficking in Persons h.52.225-3 Buy American Act- Free Trade Agreement – Israeli Trade Act i.52.225-13 Restriction on Certain Foreign Purchases, and j.52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) A list of three (3) references which includes the contact’s name, phone number, and e-mail; 6) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***Submission shall be received not later than 3:00 p.m. local time on July 11, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Paula Wilkison. Because of heightened security, FedEx, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, Building, room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-U.S. citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Paula Wilkison) @ paula.wilkison@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6e90d7ea22b995864c7f70c6a7afc7fa&tab=core&_cview=1)
- Place of Performance
- Address: 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01601610-W 20080628/080626220039-6e90d7ea22b995864c7f70c6a7afc7fa (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 |