SOURCES SOUGHT
36 -- RFI for Fortus 450 System - RFI for Fortus 450
- Notice Date
- 6/10/2015
- Notice Type
- Sources Sought
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, 9500 MacArthur Boulevard, West Bethesda, Maryland, 20817-5700
- ZIP Code
- 20817-5700
- Solicitation Number
- N00167-15-AM-0001
- Point of Contact
- angela denise moultry,
- E-Mail Address
-
angela.moultry@navy.mil
(angela.moultry@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFI for a Fortus 450 RFI for a Fortus 450 Fused Deposition Modeling Additive Manufacturing Machine THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY AND IS NOT A NOTICE OF SOLICITATION INSUANCE OR OFFER TO PURCHASE. THIS RFI IS AN ANNOUNCEMENT FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. THIS IS NOT A SOLICITATION OR OFFER TO PURCHASE. Instructions to Interested Parties: This is not a Request for Proposal (RFP) and award of a contract will not be made as a result of this questionnaire. NSWCCD is requesting assistance from commercial industry in regards to the potential for small business participation and the capabilities of large and small business entities, in the preparation of an anticipated Firm-Fixed Price (FFP) contract for supply-type items. This Market Research Questionnaire is intended to assist the Government in determining the probability of large or small business prime contractors responding to a future RFP to provide the required items. The Government anticipates making future decisions regarding the procurement process utilized for a potential solicitation, based on the responses received from both large and small businesses that indicate an interest and the capability to provide the required items. Please answer the following questions to the best of your ability and return the completed questionnaire to Ms. Angela Moultry via email at angela.moultry@navy.mil, no later than 4:00pm June 16, 2015. Your answers to the following questions will be utilized to assist in the determination of small business capabilities. Respondents will NOT be notified of the results of this evaluation, and the final determination regarding the utilization of a small business set aside will be conducted per the regulatory requirements of FAR Part 19, Small Business Programs. All information will be kept confidential and will not be disseminated to the public. This Request for Information and Market Research Questionnaire is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Background: The purpose of this advanced notice is to identify potential sources that are technically capable of providing for the qualification of polymeric materials that can meet the fire, smoke and toxicity requirements (DDS-078-1, MIL-STD-2031 and MIL-STD-1623) for the implementation of additive manufacturing technology onboard Navy ships. Currently, there are no polymeric materials used for additive manufacturing that can meet these requirements. There are, however, some new polymers that show promise in their ability to meet the fire, smoke and toxicity requirements. These polymers are ULTEM 9085 and ULTEM 1010. ULTEM 9085 and ULTEM 1010 are the only additive manufacturing polymeric materials that have been identified with the potential to meet the fire, smoke and toxicity requirements. The purpose of the anticipated contract is to purchase a Fortus 450 system. ULTEM 9085 and ULTEM 1010 can only be utilized in the Stratasys Fortus machines and cannot be utilized by other manufacturers' equipment. Below is a description of supplies/services. The required supplies include the following: •· Fortus 450mc System •· Isolation Transformer 200/220/230/240V 50/60Hz •· Engineering Material Bundle for 450mc including: •o Software License •o - Two (2) PC (White) Filament Canister •o - Two (2) Nylon 12 (Black) Filament Canister •o - One (1) SR100 Soluble Release Support Canister •o - One (1) SR110 Soluble Release Support Canister •o - One (1) T12/T12SR100 Set •o - One (1) T16/T12SR100 Set •o - One (1) Foundation Sheet (ABS/PC/ASA) Fortus 450mc •o - One (1) Foundation Sheet (Nylon) Fortus 450mc •· High Performance Material Bundle for Fortus 450mc including: •o Software License •o - Four (4) Ultem 9085 (Natural) Filament Canister •o - Two (2) Ultem Support Canister •o - One (1) Foundation Sheet (Ultem) Fortus 450mc •o - One (1) T16/T16 Set •· On-site Installation, calibration and first article print demonstration in ABS plastic for Fortus 450mc •· Operator Training Fortus 450mc for 5 people •· Foundation Sheet,.02X16X18.5, NYLON (pkg of 20) •· Omega Pro 1900 Ultrasonic Support Removal System for 450mc •· 450mc - FullCare One Year Service Contract NSWCCD is looking for vendors that have high performance fused deposition modeling thermoplastic materials that meet the above requirements. North American Industry Classification System (NAICS) Code : 333249 Small Business Size Standard : 500 Employees (For more information about Small Business Size Standards, please refer to http://www.sba.gov.) Anticipated Contract Type : Firm-Fixed Price (FFP) The Navy may choose to meet with respondents to this RFI. A meeting would be intended to obtain further clarification of respondent capabilities and technical details. Submissions should identify a point of contact in case meetings are requested. Please submit information via e-mail to Angela.Moultry@navy.mil. All information received in response to this RFI that is marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned. INTERESTED PARTIES SHALL SUBMIT ONLY THE INFORMATION AS REQUESTED BY THE FOLLOWING MARKET RESEARCH QUESTIONARE. COMPANY INFORMATION Company Name: CAGE Code: DUNS Number: Company Address: Point of Contact (POC) : POC Title: POC Email Address: POC Phone Number: MARKET RESEARCH QUESTIONS # QUESTION ANSWER 1 Has your company been awarded previous Government contracts as a small business? Yes No 2 Have you provided similar items to those referenced herein for either the private industry or the Government? Yes No 3 Please identify your company's socio-economic small business size status or indicate if your company is a large business. 8(a) SDB WOSB VOSB SDVOSB HUBZone Large Business Other: _________ 4 Does your company regularly engage in the business of providing the supply items described herein? Yes No 5 How long has your company provided these, or highly similar, supply items? ___ Yr(s) ___ Mo(s) 6 Please indicate the percentage of the actual work requirements for these items that you would intend to perform as the Prime Contractor. _______% 7 Please identify a Raw Order of Magnitude (ROM) and/or estimated unit price for the required item. $________.____ 8 Please list all contracts that your company is currently performing with the same/similar work requirements as those identified herein and indicate item similarity (high/low). For all references, include the contract number, description of items, and name and phone number of associated POCs. Information may be provided below or as a separate document. Contract Agency/ Item Similarity Prime/Sub Number POC Info Description (high/low) (%Contract) ____________ ______________ _____________ _________ _________ ____________ ______________ _____________ _________ _________ ____________ ______________ _____________ _________ _________ ____________ ______________ _____________ _________ _________ 9 Please list contracts that your company has completed within the last three (3) years with the same/similar work requirements as those identified herein and indicate item similarity (high/low). For all references, include the contract number, description of items, and name and phone number of associated POCs. Information may be provided below or as a separate document. Contract Agency/ Item Similarity Prime/Sub Number POC Info Description (high/low) (%Contract) ____________ ______________ _____________ _________ _________ ____________ ______________ _____________ _________ _________ ____________ ______________ _____________ _________ _________ 10 What is your company's policy and/or practice in seeking out small-disadvantaged, woman-owned, veteran-owned, service-disabled veteran-owned and/or HUBZone small businesses for consideration in awarding subcontracts? _____________________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ 11 Please provide a brief, one (1) page description (below or as a separate page) identifying your company's methods and capabilities for providing the required supply items. _____________________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00167/N00167-15-AM-0001/listing.html)
- Place of Performance
- Address: 9500 Macarthur Blvd., West Bethesda, Maryland, 20817, United States
- Zip Code: 20817
- Zip Code: 20817
- Record
- SN03759442-W 20150612/150610235059-a484da6e698a9ed63700200dd64e018c (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 |