Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2022 SAM #7540
SOURCES SOUGHT

70 -- 3D Design Engineering Tools

Notice Date
7/21/2022 1:40:30 PM
 
Notice Type
Sources Sought
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-22-RFI-0288
 
Response Due
8/21/2022 2:00:00 PM
 
Point of Contact
Sheila Battaglia, Phone: 7323234045
 
E-Mail Address
sheila.l.battaglia.civ@us.navy.mil
(sheila.l.battaglia.civ@us.navy.mil)
 
Description
Classification Code:� 7E20 - IT and Telecom � End User: Help Desk; Tier 1-2, Workspace, Print, Productivity Tool NAICS Code(s):� 333248 � Additive Manufacturing Machinery Manufacturing ��� ������������������� �����333248 � Printer Machinery, 3D, Manufacturing ��� ������������������� �����334118 � Optical Readers and Scanners Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This request for information does not commit the Government to contract for any supply or service whatsoever.� Further, the government is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. �Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. �Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst is soliciting information and comments from industry on its ability to provide three (3) non-developmental or commercial-off-the-shelf systems that satisfy the following requirements. ����������� �Polyjet, also known as Material Jetting, Additive Manufacturing (AM) machine, also known as 3D printer, installation, calibration, and on-site training. Suitable for office environment Minimum build size of 19�x 15� x 7.5� in height Capable of printing opaque, clear, and flexible materials Quality/Precision: Layer Height/Resolution Capability:� 0.001� or smaller Accuracy: 0.1% of part length in each direction or better Capable of printing multiple materials at the same time Print in full color preferred but not required Fused Deposition Modeling (FDM) AM machine, also known as 3D printer Suitable for office environment Minimum build size of 10 inches by 10 inches by 12 inches in height Capable of printing ABS, ABS-ESD, TPU, and Carbon Fiber infused/reinforced type material. Quality/Precision: Layer Height/Resolution Capability:� 0.010� or smaller Accuracy: 0.5% of part length in each direction or better Has a heated and temperature regulated build chamber Capable of printing supports with soluble support material Number of material bays: At least 2 material and 2 support Maximum Footprint: 36 inches by 36 inches Digital 3D scanner Handheld and portable Quality/Precision: Measurement Resolution:� 0.008� or smaller Accuracy: 0.005� or better Part Size Range: Lower Limit: Parts less than or equal to 2.0 inches Upper Limit: Parts greater than or equal to 10 feet In other words � range of at least 2.0 inches to 10 feet inclusive Maximum weight of handheld unit: 5.0 lbs Operating Environments: Temperature Range: at least 45�F to 100�F inclusive Humidity Upper Limit: 85% or higher RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Country of origin for main component(s) Section 2 of the response shall provide technical information, and shall include the following as a minimum: Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. �Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents should provide a detailed description of the following characteristics of their solution in their submission: Product specification, sketches, or listings of authorized distributors are not to count as part of the page count.� List of Certifications/Standards/Compliances (Military Standards, RTCA, Ingress Protection, etc.) Operation Software included Is the software Cloud based or stand alone Microsoft Windows compatible Pre and post print operator maintenance required Periodic maintenance required by operator Is calibration required, and if so what is the interval Features Dimensions (height x width x depth) Weight in lbs. Does it have an embedded computer File transfer options Operating system Other information Print material types Support material options Power requirements Operational environmental requirements If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution.� It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI.� Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail.� Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.� The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).� The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.� Proprietary information will be safeguarded in accordance with the applicable Government regulations.� All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly.� The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.� Responses to this RFI will not be returned.� Respondents will not be notified of the result of the review.� Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.� Information provided in no way binds the government to solicit or award a contract.� If a solicitation is released, it will be synopsized on the Beta System for Award Management (SAM) website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format.� Responses shall be limited to 10 pages and submitted via e-mail only to sheila.l.battaglia.civ@us.navy.mil. �Proprietary information, if any, should be minimized and must be clearly marked. �Responses are due no later than 21 August 2022, 5:00 P.M. EST. Responses to this RFI will not be returned. �Respondents will not be notified of the result of the review.� If a solicitation is released, it will be synopsized on the SAM website: www.sam.gov.� It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9f11ec41404f49ca9f4868f5abe80155/view)
 
Record
SN06398349-F 20220723/220721230126 (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 |
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.