SOLICITATION NOTICE
70 -- 3D FORTUS PRINTER
- Notice Date
- 7/2/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC13474936Q
- Response Due
- 7/8/2013
- Archive Date
- 7/2/2014
- Point of Contact
- Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-5489, Email Antoinette.M.Niebieszczanski@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Antoinette M. Niebieszczanski
(Antoinette.M.Niebieszczanski@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a brand name or equal to Fortus 250mc System 3D Printer to meet the following specifications: - 10x10x12 inch (254x254x305 mm) Envelope - Two (2) Material Bays (1 model / 1 support) - 1 Year (12 month) Warranty - 110-120 VAC, 60 Hz, 15 Amp - CE/ETL Conformance - Startup kit, p/n 163-30000 (for 250mc) - Insight Software Machine Stand with Storage - Fortus 250mc Basic Insight Operator Training FDM 250MC - 1 day Training Course on-site (up to 2 people) CleanStation SRS - 10x 10x 12work envelope - 1200 cubic inch, 6 gallon, all stainless steel tank The provisions and clauses in the RFQ are those in effect through FAC _2005_-_66_. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541512 and $25.5 M, respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Mail Stop 21-6, Cleveland, OH 44135 is required. Delivery shall be FOB Destination. Offers for the items(s) described above are due by close of business Monday, July 8, 2013 to NASA Glenn Research Center, Attn: Antoinette M. Niebieszczanski, 21000 Brookpark Road, Mail Stop 60-0, Cleveland, OH 44135 or antoinette.m.niebieszczanski@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (AUG 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Antoinette M. Niebieszczanski, antoinette.m.niebieszczanski@nasa.gov or 216-433-5489 not later than close of business Friday, July 5, 2013. Telephone questions will NOT be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (APR 2012), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC13474936Q/listing.html)
- Record
- SN03106674-W 20130704/130703000114-6502b9e0941b4693a4f30866484d5218 (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 |