SOLICITATION NOTICE
36 -- 3D Metal Printer
- Notice Date
- 6/7/2022 10:09:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875122R0010
- Response Due
- 6/21/2022 12:00:00 PM
- Archive Date
- 07/06/2022
- Point of Contact
- Larry Barto, Phone: 3072871827
- E-Mail Address
-
Larry.Barto.1@us.af.mil
(Larry.Barto.1@us.af.mil)
- Description
- This is a combined synopsis/solicitation for commercial products and commercial services 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 (paper copy) will not be issued.� Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� Solicitation FA8751-22-R-0010 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20220526 See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted.� The NAICS code is 333249 and small business size standard of 500 employees, The contractor shall provide the items listed in Attachment 2 � List of Materials on a Brand Name or Equal, firm fixed price basis, including the cost of shipping FOB Destination. The identified items reflect the physical, functional, and performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum level of quality or reliability desired; however the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items and it will be considered for technical acceptability. The items listed may be offered on a ""brand name or equal basis"" pursuant to FAR 52.211-6; part numbers are provided for reference only. Technical information must be provided in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. SHIP HARDWARE TO: DoDAAC: F4HBL1 Country Code: USA AFRL RIOLSC AF BPN NO MILSBILLS PROCESSES 148 ELECTRONIC PKWY ROME, NY 13441-4503 UNITED STATES Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.� Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Used, pre-owned, refurbished, or remanufactured goods will not be accepted.� Items must be factory new. The anticipated delivery date is 6 Months After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (NOV 2021), applies to this acquisition.� Addendum to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3:00 PM, (Eastern Time) Tuesday 21 June 2022.� Submit to:� AFRL/RIKO, Attn: Larry Barto, by email to larry.barto.1@us.af.mil (b)(1) FORMAL COMMUNICATIONS/INQUIRIES:� Formal communications/inquiries such as requests for clarification and/or information concerning this solicitation MUST be in writing and include �FA8751-22-R-0010� in the subject line.� Questions regarding the solicitation must be submitted no later than 7 days prior to the proposal due date to enable the Government sufficient time to provide answers prior to solicitation closing. Questions received after this date may not be answered. Submit inquiries to Contract Specialist, Larry Barto at email larry.barto.1@us.af.mil.� Responses to questions, as appropriate, will be posted as amendments to the solicitation on SAM.gov. (b)(4)� Submit a technical description of the items being offered. � (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. (k)� SAM.� Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) price, (ii) technical capability, and (iii) past performance All evaluation factors are of approximate equal importance. The Government intends to award to the lowest priced, technically acceptable offeror, with no negative past performance.�In determining required technical acceptability, the Government will evaluate the items offered for compliance with the specifications/salient characteristics listed in the List of Materials (LOM) (Attachment 2).�In determining acceptable past performance AFRL/RIKO will independently obtain data from other government and commercial sources in order to consider an offeror�s history of compliance with delivery schedules, order support, and general customer satisfaction. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (MAY 2022), as well as the following: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.229-11 Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.225-7000�Buy American�Balance of Payments Program Certificate (NOV 2014) For your convenience all referenced certifications are attached to this solicitation. (Attachment 1) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (MAY 2022), applies to this acquisition. (a)�The�Contractor�shall�comply with the following Federal�Acquisition�Regulation (FAR) clauses, which are incorporated in this�contract�by reference, to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements�(Jan 2017) 52.204-23, Prohibition on�Contracting�for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities�(Nov 2021) 52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or�Equipment�(Nov 2021) 52.209-10, Prohibition on�Contracting�with Inverted Domestic Corporations�(Nov 2015) 52.233-3, Protest After Award�(Aug 1996) 52.233-4, Applicable Law for Breach of�Contract�Claim�(Oct 2004) (b)�The�Contractor�shall�comply with the FAR clauses in this paragraph (b) that the�Contracting Officer�has indicated as being incorporated in this�contract�by reference to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), Alternate I (NOV 2021) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (SEP 2021) 52.219-8, Utilization of Small Business Concerns (Oct 2018) 52.219-28, Post Award Small Business Program Re-representation (SEP 2021) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) (JAN 2022) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (Apr 1984) 52.203-17 � Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (JUN 2020) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.211-6, Brand Name or Equal (Aug 1999) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.247-34, FOB Destination (Nov 1991) 52.252-2,�Clauses Incorporated by Reference (FEB 1998) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (SEP 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. (MAY 2019) 252.211-7003, Item Identification and Valuation (MAR 2016) � Para. (c)(1)(i): None Para. (c)(1)(ii): None Para. (c)(1)(iii):� None Para. (c)(1)(iv):� None Para. (f)(2)(iii):� None 252.215-7007, Notice of Intent to Resolicit (JUN 2012) 252.215-7008, Only One Offer (JUL 2019) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2018) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001, Buy American and Balance of Payments Program (DEC 2017) 252.225-7012, Preference for Certain Domestic Commodities (DEC 2017) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7052� Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (OCT 2020) 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (MAY 2020) (DEVIATION 2020-O0015) 252.225-7974� Representation Regarding Business Operations with the Maduro Regime. (FEB 2020)(DEVIATION 2020-O0005) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (APR 2019) 252.227-7015, Technical Data--Commercial Items (FEB 2014) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2016) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.232-7017, Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration (APR 2020) 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003)(APRIL 2021) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) 252.244-7000, Subcontracts for Commercial Items and Commercial Components (JAN 2021) 252.246-7008, Source of Electronic Parts (MAY 2018) 252.247-7023, Transportation of Supplies by Sea � Basic (FEB 2019) 5352.201-9101, Ombudsman (OCT 2019) is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers (Primary), AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil 5352.223-9001, Health and Safety on Government Installations (OCT 2019) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (OCT 2019) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a request via Rome Research Site (RRS) Form 31 to the contract point of contact listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver�s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with�AFI 31-101, Integrated Defense, DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program�and RRSI 31-402 as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Note that the clause at 252.232-7003 is included in this solicitation.� DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically.� All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures.� The DoD preferred electronic form for transmission is Wide Area Workflow � Receipt and Acceptance (see website � https://wawf.eb.mil).� Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.� Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. Note that the clause at 252.211-7003 is included in this solicitation.� Agency specific guidance is provided below: For proposed Line Item Numbers with a unit price ? $5,000.� Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification. (A)LABEL: If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c172370ec8a448728d532a51f4769ac8/view)
- Place of Performance
- Address: Rome, NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN06350071-F 20220609/220607230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |