Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2016 FBO #5188
SOURCES SOUGHT

36 -- Sources Sought, 3D Metal Printer - Sources Sought Synopsis

Notice Date
2/4/2016
 
Notice Type
Sources Sought
 
NAICS
333511 — Industrial Mold Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-16-R-0020
 
Archive Date
3/5/2016
 
Point of Contact
Jeremy A. Gardner, Phone: 9375224594
 
E-Mail Address
jeremy.gardner.9@us.af.mil
(jeremy.gardner.9@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis, 3D Metal Printer 3d metal printer Sources Sought The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet AFIT/ENY's requirement. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Furthermore, AFIT/ENY is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: •1. Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. •2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). •3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. •4. Questions relative to this market survey should be addressed via email to Jeremy Gardner (AFLCMC/PZIOA), jeremy.gardner.9@us.af.mil no later than 1:00 pm EST on 19 February 2016. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION A 3D metal printer is a rapid prototype machine capable of building three-dimensional objects rendered via Computer Aided Design (CAD). However, the DMLS has the unique capability to manufacture prototypes in different metal alloys which are idea for aerospace structures. By making prototypes out of metals this provides exact representation to current weapon systems and minimizes the deficiencies of plastic parts which are prone to structural failure. This system will leverage current AFIT capabilities such as the CAD workstation and materials lab. It will also decrease the workload and cost of the AFIT model shop as students and researchers will be able to produce their own parts with minimal support. The procurement of a3D Metal Printer capability will decrease manufacture time supporting student on-time graduation rates. Lastly this capability would make AFIT a leading candidate for rapid, time-sensitive research in support of DoD missions. REQUIREMENTS GENERAL This specification is for a complete, computer-controlled 3d Metal Printer for a firm fixed price contract designed to build three-dimensional objects in various metals. The system must be designed and built to meet the following min requirements: The 3D Metal Printer must have a minimum of a 400 Watt laser, with the following integrated subsystems: A. Process chamber with re-coating system B. Elevator system and platform heating module C. Optics system with laser (Ytterbium fiber laser at 1060-1100 nm wavelengths with nominal power of 400 W) D. Process gas management system (argon processing gas environment meeting 99.996% purity with a 400 hPa or 100 liters per minute) E. Process computer (Windows 7 or Higher) F. Process control software with appropriate logic functions G. Minimum process build dimensions of 250 mm x 250 mm x 280 mm (l x w x h) Must meet the following safety requirements: A. Class 1 Laser Safety B. Complies with industry standard of IP 54 C. Explosion-proof process chamber D. Operator Safety equipment to a gloved window box to minimize operator exposure to processing powders E. Operator Electrostatic Discharge (ESD) Grounding System Must meet the following basic system requirements: A. Approximate dimensions of 3 m x 2 m x 2 m (w x d x h) B. Approximate weight of 2500 kg without material C. Powered via 480 VAC at 50/60 Hz (US) a. 400VAC Transformer must be included if required D. Internal/External Nitrogen (N2) Generator E. Scanner - Must also include a minimum exposure area of 250 mm x 250 mm, exposure speed up to 6000mm/s, and repeatability of scanner position < 11 micro-radians. F. Variable Focusing Optics - Diameter of the laser beam in the build area variable from 50-500 um (microns) G. Build system - Powder Spreading system with a minimum build height >= 280 mm including build platform thickness. H. Platform heating module - keeps part temp constant throughout build regime with operating temperature at 40 - 200 C. I. Laser Cooling - Water or Air Cooled Laser System J. Machine control systems - must include a temperature sensor inside process chamber in the -25 - 200 C regime, humidity detection from 0 - 200 grams per cubic meter (inside chamber) and relative humidity/ temperature sensor outside the chamber for 0-100% humidity and -30 - 70 C. K. Integrated software package - integrated panel with touchscreen controls for monitoring and build processing. L. Standard removal and cleaning tools within the build volume M. Minimum layer resolution of 20 microns N. Must be able to process the following materials with the appropriate pre-programmed manufacturing settings to include the appropriate build plates for each material: 316L, AlSi12, AlSi10Mg, TiAl6V4, Maraging Steel, Inconel 718, Inconel 625 O. All appropriate documentation and instructions Build Control Parameters A. Must have architecture with editing capability global material parameter sets for standard material alloys of the Titanium, Inconel, Aluminum, Stainless Steel, and Steel families. B. Must include all released parameters currently offered including published Material Data Sheets (MDS) related to build properties C. Must be able to have layer control from 20 microns to 100 microns in 1 micron increments D. Must have the ability to enter provide advanced high level control of the laser scan system a. This includes the ability to drive the laser using user provided scan paths and strategies for research based processing E. Must have the ability to provide a text based XY scan path history of the laser from each build. a. This data will include process parameters such as x-y location, laser power, laser speed, oxygen levels, humidity, and time stamps to be used for part and process qualification initiatives for 3D printed metal parts. Standard Support Equipment: A. Nitrogen gas generator (internal or external) B. The system must include external powder handling equipment for the safe transfer, storage, and cleaning of processing powders. This shall include powder exchange containers, powder exchange shelf, semi-automatic powder sieve, and wet separator vacuum. C. An appropriate electrically heated muffle furnace with brick insulation of built parts under inert gas atmosphere to obtain thermally stress relieved parts is required. D. All appropriate Software, Installation, Shipping, and Training will be included. Consumables A. 50 Kg of powder and 5 build plates of each material must be included: 1. Ti64 2. ALsi10Mg 3. Inconel 718 The materials and component parts shall be of high commercial quality, consistent with the performance requirements of typical air bearing design and manufacture. Workmanship shall be consistent with best commercial practices. DESIGN APPROVAL Contractor will supply electronic drawing/specification package of general system design and a detailed list of items and functions at the customer design review at the customer's facility. The Manufactures Acceptance Test will also be defined at the design approval. The customer will review the DWG package and detailed list of items and functions and provide feedback. TESTING AND TRAINING REQUIREMENTS Contractor will perform a Manufacturer's Acceptance Test at the contractor's facility before delivery. The contractor will provide operations and installation training at the customer's facility after shipping or at the convenience of the customer. Contractor will demonstrate that all components are properly integrated/mated and function correctly. Contractor will label all components, as necessary, to coincide with documentation and graphical interface. Training will consist of familiarizing the owner with the machine (review of the Operators Manual). Contractor will provide a simple 1-page; easy-to-follow checklist sealed in plastic and attached to the front of the unit. The owner will be taught the sequence of operation, machine safety considerations, machine-alarming system, operator interface system, conditions monitored, conditions controlled, equipment adjustments, changeover, replacement and repairs of various parts. Training will also include review of setup, preventive maintenance tasks, and exploration of equipment repair areas. Training will also cover all camera hardware and software to include controls. SAFETY Safety systems must be included to prevent damage to equipment and personnel. Safety system must protect equipment in the event of power loss. Warning labels on the equipment and documentation must be included. PERIOD OF PERFORMANCE The customer will receive complete system no longer than 8 weeks after contract approval. DELIVERY The company shall properly ship the system to the Air Force Institute of Technology at WPAFB, OH. All shipping costs to include insurance will be included in contractor's proposal. Great care using standard, approved packaging methods shall be taken. WARRANTY Free from defects in material and workmanship, under normal and proper use in accordance with our instructions in the maintenance manual, for the period of time of one year after receipt. CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: •· Company/Institute Name: •· Address: •· Point of Contact: •· CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to North American Industry Classification System (NAICS) Code: 333511- Industrial Mold Manufacturing, 3680- Foundry Machinery, Related Equipment and Supplies. Based on the above NAICS Code, state whether your company is: Small Business, (Self-Certified or Third Party Certified) (Yes / No) Small Disadvantaged Business, (Self -Certified or Third Party Certified) (Yes / No) •o Woman Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No) •o Economically Disadvantaged Woman Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No) •o 8(a) Certified, (Self -Certified or Third Party Certified) (Yes / No) •o HUBZone Certified, (Self -Certified or Third Party Certified) (Yes / No) •o Veteran Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No) •o Service Disabled Veteran Small Business, (Self -Certified or Third Party Certified) (Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. •· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). •· Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. •· Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice. FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses FAR 52.229-3, Federal, State, and Local Taxes FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-2, Service of Protest FAR 52.242-13, Bankruptcy DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.243-7001, Pricing on Contract Modifications AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011)... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions •1. Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. •2. Describe briefly the capabilities of the nature of the services you provide. •3. Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). •4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? •5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. If your company is interested, e-mail your responses to jeremy.gardner.9@us.af.mil. E-mail responses should be received no later than 1:00 pm EST on 19 February 2016. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. Also, please mail two original signed copies of your response, on or before the same date, to: AFLCMC/PZIOA, Bldg. 1, Room 109 Attn: Jeremy Gardner 1940 Allbrook Dr Wright-Patterson AFB OH 45433-5344 (937) 522-4594 All responses must be UNCLASSIFIED; no classified material will be accepted or considered with this Sources Sought Synopsis. The response to Part I. Business Information should be single spaced, 12pt font. The response to Part II. Capabilities should be limited to no more than 10 pages (8.5x11 inches), single spaced, 12pt font. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. Responses to questions from interested parties will be promptly answered and posted on this FedBizOps website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company's response. Information feedback sessions may be offered to respondents after the sources sought assessments are completed. An Industry Day (date to be determined) with one-on-one information sessions with respondents may be offered to clarify the Government's understanding of their submittal, the capability ramifications, or to discuss their business approach.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-R-0020/listing.html)
 
Place of Performance
Address: Wright-Patterson AirForce Base, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04011200-W 20160206/160204235940-a2b3b74c7faebdd8e173179cf41a2672 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.