SOLICITATION NOTICE
66 -- 3D Printer System
- Notice Date
- 8/18/2014
- 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 B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1341-14-RQ-0644
- Archive Date
- 9/11/2014
- Point of Contact
- Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
- E-Mail Address
-
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@nist.gov)
- Small Business Set-Aside
- N/A
- 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 ACQUISITION IS BEING PROCURED UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76 effective July 25, 2014. 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 unrestricted and all interested offerors may submit a quote. BACKGROUND The National Institute of Standards and Technology (NIST)/Trace Chemical and Surface Analysis Group within the Materials Measurement Laboratory is involved in a growing research effort at NIST in the field of additive manufacturing. This work intends to identify the opportunities and challenges for using additive manufacturing to produce end-user parts and products, identify the potential effects of additive manufacturing on product safety, intellectual property protection, national security, and other related issues, and identify gaps in the current state of the technology. A concurrent aspect of the additive manufacturing program is focused on the development of advanced metrology techniques for precision micro-dispensing technologies and the printing of polymeric materials. Particular emphasis is directed towards optimization of chemical dispensing, metrology of precision deposition manufacturing, chemical characterization of the resulting artifact, and development of functional materials. This program is highly leveraged with a large effort with the Department of Homeland Security (DHS) Explosives Division to develop prototype systems to improve next-generation explosive sampling technologies. The acquisition of a multi-material 3D printer is critical to the continued success of the additive manufacturing program because it will improve upon specific deliverables for DHS while providing related cutting-edge measurement development support to the worldwide additive manufacturing community. A 3D printer is not like a standard printer that one may experience in an office environment. A 3D printer produces 3-dimensional physical objects for research and prototyping purposes. A 3D printing machine creates parts by building them layer-by-layer in the vertical direction. Each layer is deposited by a print head or extrusion nozzle. This layer is allowed to cure or harden before the next layer is deposited. The quality of the finished part is directly related to the specific material that is used to build the part, and the minimum vertical resolution between each material layer. This technology uses support material to assist the printing process where a void in the physical model exists. The support material must be removed after the build process is completed. NIST's existing 3D printers lack the capability to produce parts with varying hardness values. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency's requirement. LINE ITEMS All interested quoters shall provide a quote for all of the following line items: LINE ITEM 0001: Quantity one (1) each 3D Printer, Connex 350, manufactured by Stratasys, or equivalent. The system must meet all of the salient characteristics identified herein. A. The 3D printer must use an inkjet-printing approach to create objects, rather than a fused deposition modeling/filament technique. B. The system shall have a net build size no less than 300mm x 300mm wide and 200mm high. C. The system must have multi-material capabilities that enable the creation of prototype parts with varying shore-hardness (flexibility) values within the same printed part. This means that multiple material characteristics, i.e flexibility or hardness, can be present in a single piece and made in a single print job. A good example would be the printing of a remote control with flexible buttons. The body of the remote control is hard, but the buttons are soft. The specific number of materials that can be used is not important. What is critical is the ability to produce parts that contain both flexible and rigid materials in the same body. D. The system must have the ability to print fully transparent material, opaque material, and rubber-like material. E. The system must provide vertical layer resolution of 20µm or less. Layer resolution above 20µm is not sufficient. This is a critical need. F. The overall machine dimensions must not exceed 1500mm wide by 1500mm deep by 1500mm tall, due to space restrictions in the laboratory. G. The overall weight of the machine must not exceed 1500 pounds, due to the inability to transport or move the machine if a move is required in the future. H. The machine must come with a software interface that enables build job setup and automatic placement. I. The system must include an operations and maintenance manual covering proper operation, routine maintenance, and trouble shooting for the equipment and controlling software. The manual may be supplied in hard copy or electronic format (or both). LINE ITEM 0002: INSTALLATION The Contractor shall install the equipment in Building 217 at the NIST campus in Gaithersburg, MD. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of all salient characteristics, and removal of all trash. The Contractor shall provide any specialty tools or equipment needed for the installation and start-up. Qualified personnel must complete the installation. The printer must operate to in accordance with the salient characteristics and manufacturer's specification above upon completion of installation. LINE ITEM 0003: TRAINING The Contractor shall schedule and facilitate a training session for NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. Installation and training must be scheduled, in advance, with NIST personnel. Training may be conducted immediately following completion of installation, but not later than 30 days after successful completion of installation and demonstration of specifications. Installation and training must take place during normal business hours, between 8:30 am and 5:00 pm Eastern Time, Monday through Friday, except Federal Holidays, and must be scheduled, in advance, with the NIST Technical Point of Contact (TPOC) to be identified at the time of award. LINE ITEM 0004: WARRANTY The Contractor shall provide, at a minimum, a one year warranty for the printer. Warranty shall include all parts and labor. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST, shall be the responsibility of the Contractor. Warranty service must be provided Monday through Friday during normal working hours. Warranty service outside of normal working hours is not required. DELIVERY Delivery, installation and training shall be completed not later than six weeks from the date of award. 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 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. PAYMENT SCHEDULE The Contractor shall be paid in one lump sum payment upon successful completion of delivery, installation, training and demonstration of salient characteristics. EVALUATION OF QUOTATIONS The following will be used to evaluate quotations: Technical Capability Past Performance Price Technical Capability and Past Performance, when combined, shall be equal in importance to price. TECHNICAL CAPABILITY Technical capability shall be evaluated to determine the Contractor's ability to successfully complete the project. Documentation will be evaluated to determine that the quoted equipment meets the salient characteristics identified and meets the requirements of the Government in essentially the same manner as the brand name. PAST PERFORMANCE Evaluation of Past Performance shall be based on the references provided and/or the quoter's recent and relevant procurement history with NIST, its' affiliates, and/or other relevant references. Past performance evaluation shall determine the overall quality of the services and/or end products provided by the Contractor. Quoters with no relevant past performance shall not be rated favorably or unfavorably. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; and 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.211-6 Brand Name or Equal; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.203-6, Restrictions on Certain Foreign Purchases 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.247-34 FOB Destination; and 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. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of an FOB Destination price quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the salient characteristics stated herein. It is the responsibility of the quoter to ensure that all salient characteristics are clearly documented; 3) Past performance information regarding relevant contracts over the past three years with Federal, state, or local governments, and/or commercial customers. If the quoter intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the firm has no relevant past performance, it shall include a statement to that effect in its proposal. The Government reserves the right to consider data obtained from sources other than those described by the quoter in their quotation. The description of each contract described in this section shall not exceed one-half page in length. For each contract, the quoter shall provide the following information: -Contract number; -Description and relevance to solicitation requirements include dollar value; -Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; -Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; -Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. -Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. 4) A description of the proposed warranty; 5) 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); 6) The DUNS number for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov when the quotation is submitted to be considered for award; 7) The name of the manufacturer and the country of origin for the quoted equipment. All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on Wednesday, August 27, 2014. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0644/listing.html)
- Place of Performance
- Address: Contractors Site, United States
- Record
- SN03469781-W 20140820/140819000304-4f1086a134275ebc64797c6dac512594 (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 |