SOLICITATION NOTICE
70 -- 400CC FUSED DEPOSITION MODELING 3D PRINTER
- Notice Date
- 12/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- N62306 NAVAL OCEANOGRAPHIC OFFICE, MISSISSIPPI 1002 Balch Boulevard Stennis Space Center, MS
- ZIP Code
- 00000
- Solicitation Number
- N6230611Q7020
- Response Due
- 12/8/2010
- Archive Date
- 12/23/2010
- Point of Contact
- Tanya Burnett 228-688-5796 Karen Artis
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included with or attached to this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N62306-11-Q-7020. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-42 and DFARS Changes Notice 20100623. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: ww.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is Code 334119 Other Computer Peripheral Equipment Manufacturing with the business size standard of 1000 employees. This procurement is unrestricted. The Naval Oceanographic Office requests responses from qualified sources capable of providing CLIN 0001; Qty (1) each Fused Deposition Modeling (FDM) system or 3D printer, 400CC or Equal, meeting the following characteristics: Unit must be able to create plastic parts both for prototyping and for mission-ready productionsystems including hardware- Fused Deposition Modeling printing method; Unit must be 16 ¯ x 14 ¯ x 16 ¯ total build envelope; Unit must have the ability to print both ABS and polycarbonate (PC) plastics; Interchangeable print heads for switching between ABS and PC printing; Unit must contain soluble support material for ABS printing; Unit must have breakaway support material for PC printing; Unit must be automatic changeover of model and support material containers; Unit must have ABS part production accurate to within five thousandths of an inch; Unit must jave a PC part production accurate to within seven thousandths of an inch; Unit must have Ethernet-based network connectivity; Unit must have 230 Volt, 3 phase, 20 Amp power input; Consumable- Unit must have ABS plastic model material must have a minimum tensile strength of 5,000 psi and a minimum flexural strength of 8,500 psi; Unit must have a minimum of 920 cubic inches of Black ABS plastic material; Unit must have a minimum of 368 cubic inches of soluble support material; Unit must consist of Polycarbonate (PC) plastic model material which must have a minimum tensile strength of 9,500 psi and a minimum flexural strength of 15,000 psi; Unit must have a minimum of 184 cubic inches of white PC plastic material; Unit must have a minimum of 184 cubic inches of breakaway support material; Unit must at a minimum have 20 model foundation sheets; Provide printer operator training, vendor-supported printer installation and setup; Software: Unit must have Windows-based printer job management; Unit must have the ability to import stereo lithography (.STL) file format; Unit must have User-customizable print layer editing; Unit must have the ability to save printer build files for repetitive parts fabrication; Training and Maintenance-Provide vendor-supplied printer operator training; Provide two years of warranty; shall include technical support, service visits and software updates. Required delivery 30 DAY; FOB: Destination to Stennis Space Center, MS 39522-5001. The Government reserves the right to make one, multiple or no award resulting from this solicitation. The following FAR provisions and clauses are applicable to this procurement: FAR 52.211-6, Brand Name or Equal, FAR 52.212-1, Instructions to Offerors-Commercial Item; FAR 52.212-3 and its ALT I, Offeror Representations and Certifications “ Commercial Item; FAR 52.212-4, Contract Terms and Conditions “ Commercial Item; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Item; and FAR 52.217-7. Quoters are reminded to include a complete copy of FAR 52.212-3 and it ™s ALT I with quotes. Additional contract terms and conditions applicable to this procurement are DFARS 252.212-7000 Offeror Representations and Certifications “ Commercial Item and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including FAR 52.237-34 FOB Destination. The provision at FAR 52.212-2, Evaluation ”Commercial Items is incorporated. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. The following factors shall be used to evaluate the offers: (a) Technical capability and Past Performance, when combined, are of greater importance than Price. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ ™s specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical quotation. Any resultant contract will be DO rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFQ no later than 5 calendar days after publication of this solicitation. This announcement will close at 4:00 PM, CDT on 8 DEC 2010. Quotes are to be submitted to STNS.NAVO.Contracts.FCT@navy.mil. Oral communications are not acceptable in response to this notice. Quoters shall provide Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Registration and Wide Area Work Flow (WAWF) to be considered for award. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N62306/N6230611Q7020/listing.html)
- Place of Performance
- Address: 1002 Balch Boulevard, Stennis Space Center, MS
- Zip Code: 39522
- Zip Code: 39522
- Record
- SN02336868-W 20101204/101202233909-7f7657e53a5c0f9e4e943189025b6a39 (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 |