SOLICITATION NOTICE
65 -- 3D Industrial Printer Brand Name or Equal
- Notice Date
- 8/17/2022 2:13:47 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E22Q0237
- Response Due
- 8/22/2022 7:00:00 AM
- Archive Date
- 09/21/2022
- Point of Contact
- Michael Haydo, Contracting Officer, Phone: (412) 822-3158
- E-Mail Address
-
michael.haydo@va.gov
(michael.haydo@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number 36C24E2Q0237 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. This requirement will be made using a cascading set-aside under the associated NAICS code 334516 Analytical Laboratory Instrument Manufacturing with a small business size standard of 1000. Evaluation procedures: Evaluation of offers will be made in accordance with FAR 13.106-2, and award made on the basis of lowest price technically acceptable. Salient Features for 3D Printer. Brand Name or Equal. The Human Engineering Research Laboratories (HERL) of VAPHS requires the acquisition of an industrial 3D printer. The HERL which is part of the VA Pittsburgh Healthcare System, manufactures high strength, high quality parts with a wide variety of materials. HERL engineers currently design and fabricate thousands of parts per year in support of over 40 research and development projects. Maximum flexibility is required to suite the wide range of fabrication needs within the portfolio of projects. Required Minimum Technical specifications: Designed for industrial use. Intended for 24/7 operation, have full features native software, and highest levels of process controls available for this class of printers. Shall be Vat Photopolymerization process as defined by F2792-12a Shall be a digital light projection (DPL) based inverted Vat Photopolymerization technology Shall be compatible with 385nm resins Shall have a non-oxygen dead zone technique for separating cure material from the window Shall be fully open in terms of use of 3rd party materials. The manufacturer s control software shall allow for adjustment of settings Shall not require the use of manufacturer branded materials Shall not create any artificial barriers for using 3rd party materials, such as codes or ID chips, Use of the 3rd party materials shall not void warranties or service agreements Qualification/use of 3rd party materials shall be openly condoned by the manufacturer The system shall support materials that require post process curing. Shall have minimum feature size down to 50um. Minimum build envelope of 7 x4 x14 . Shall be a single cell system, no multi-cell printer centers. Shall be able to be powered by a standard US 110V, 20A, 60Hz receptacle. Have elastomeric materials available that have been tested to ISO 10993 for biocompatibility The offeror shall offer industrial level service and support, a minimum one (1) year warranty, everything required to start-up the system, freight and installation. This is a BRAND NAME OR EQUAL REQUIREMENT for the Stratasys ORIGIN One Industrial printer system. The Origin One printer System enables mass production of parts in a diverse range of high-performance materials (by material partners such as BASF, HENKEL, DSM) with the Programmable Photo Polymerization P3 technology. In situ analytics, combined with automatic pressure, pull force and temperature regulation, to ensure part accuracy, consistency, detail and throughput. Includes a 4K light engine, with 385nm wavelength, cloud-based web application software with end-to-end encryption. Any equivalent products shall meet all of the salient characteristics of the system above. All responses shall include product information that demonstrates equivalency to the salient characteristics. Delivery FOB Destination to: Pittsburgh VA Medical Center HERL Pittsburgh, PA 15206 The following provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 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, 52.211-6, Brand Name or Equal 852.211-73, Brand name or equal. 852.246-70, Guarantee Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures. Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: The quotes are due on 8/22/2022 at 10:00 AM EST and shall be directed electronically to Michael.haydo@va.gov. Quotes shall be marked with the solicitation number. Information regarding the solicitation can be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/063bffa4d14f4ad9a918e8b55448b743/view)
- Place of Performance
- Address: Pittsburgh
- Record
- SN06431264-F 20220819/220817230132 (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 |