Electron Beam Additive System

expired opportunity(Expired)
From: Federal Government(Federal)
W911QX-18-T-0030

Basic Details

started - 14 Dec, 2017 (about 6 years ago)

Start Date

14 Dec, 2017 (about 6 years ago)
due - 15 Jan, 2018 (about 6 years ago)

Due Date

15 Jan, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
W911QX-18-T-0030

Identifier

W911QX-18-T-0030
Department of the Army

Customer / Agency

Department of the Army

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
Dec 14, 2017 5:21 pm This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number is W911QX-18-T-0030. This acquisition is issued as an RFQ.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective 06 November 2017.
(iv) This acquisition is set-aside for ___N/A___. The associated NAICS code is 333992. The small business size standard is 1,250 employees.
(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN 0001 : One (1) fully assembled electron beam additive system
(vi)
Description of requirements:
The Contractor shall deliver one (1) Electron Beam additive system that meets the following minimum requirements below:
• The machine shall operate as a Powder Bed Fusion system, as defined by the American Society for Testing and Materials (ASTM) as "An additive manufacturing process in which thermal energy selectively fuses regions of a powder bed."(REF: International Standardization Organization/ASTM 52900-15 Standard Terminology for Additive Manufacturing.)
• The machine's thermal energy source consists of an electron beam with a minimum of 3000 watts power.
• The electron beam shall have a maximum beam focus diameter of 300 micrometers
• The electron beam shall be capable of being scanned across the build area at user controlled speeds up to 5000 m/s (minimum)
• The process chamber has the capability being heated and operated to a minumum temperature of 1000 celcius.
• The machine shall be capable of operating in vacuum build environment with a maximum partial pressure of helium of 2 x 10-3 millibar. The system must use vacuum control to draw down the atmosphere of the build chamber.
• The machine shall be supplied with a process chiller
• The machine shall be supplied with an electrical transformer which meets power requirements of system
• Process parameters for the machine shall be open to the user and have the ability to be edited
• Vendor shall provide installation and basic training at time of installation
• Vendor shall provide sufficient materials/consumables to complete training and test builds at time of installation
• Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.
• For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.

(vii) Delivery is required eight (8) weeks after date of contract (ADC). Delivery shall be made to U.S. Army Research Laboratory in Aberdeen Proving Grounds, MD 21005-5066. Acceptance shall be performed by the government. The FOB point is destination.
(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision:
In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.
(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:
Lowest Price Technically Acceptable
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.
1. Technical Acceptability:
The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.
2. Past Performance:
Past performance will not be evaluated. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference.
3. Price:
Price will be evaluated based on the total proposed price, including options, (if any).
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
FAR
52.203-3 GRATUITIES (APR 1984);
52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006);
52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017),
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013);
52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013);
52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2014);
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013);
52.222-3 CONVICT LABOR (JUN 2003);
52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014);
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999);
52.222-26 EQUAL OPPORTUNITY (MAR 2007);
52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUL 2014);
52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014);
52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (JUL 2014);
52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010);
52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015);
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011);
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008);
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013);
52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)
52.209-9
52.219-4
52.222-59
52.222-60
52.209-7
DFARS
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011);
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011);
252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011);
252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014);
252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013);
252.222-7007 REPRESENTATION REGARDING COMBATING TAFFICKING IN PERSONS (JAN 2015);
252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011);
252.225-7020 TRADE AGREEMENTS CERTIFICATE (JAN 2005);
252.225-7021 TRADE AGREEMENTS (DEC 2012)
252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2012);
252.225-7017 PHOTOVOLTAIC DEVICES (DEC 2012);
252.225-7018 PHOTOVOLTAIC DEVICES-CERTIFICATE (NOV 2012); 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005); 252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014);
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012);
252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006);
252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012); 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013); 252.246-7008 SOURCES OF ELECTRONIC PARTS (OCT 2016);
252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992);
252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002)
252.205-7000
252.215-7007
252.215-7008
252.226-7001

(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POST CONSUMER
FIBER CONTENT PAPER (MAY 2011);
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015);
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015);
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS;
252.204-7000 DISCLOSURE OF INFORMATION;
252.232-7003; ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998);
252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011);
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013);
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.
(xvi) Offers are due on 01/15/2018, by 10:00am EST, to Brittany.L.Smith136.civ@mail.mil
(xvii) For information regarding this solicitation, please contact Chase Brown, 301-394-2014, Benjamin.c.brown74.ctr@mail.mil or Brittany Smith, Brittany.L.Smith136.civ@mail.mil

U.S. Army Research Laboratory 321 Colleran Rd Aberdeen Proving Ground, MD 21005 USA Aberdeen Proving Ground, Maryland 21005 United StatesLocation

Place Of Performance : U.S. Army Research Laboratory 321 Colleran Rd Aberdeen Proving Ground, MD 21005 USA Aberdeen Proving Ground, Maryland 21005 United States

Country : United States

You may also like

Discovery Layer for Cafe Catalog

Due: 25 Apr, 2024 (in 2 days)Agency: Waukesha County ( Part of Demandstar Extended Network )

Discovery Layer for Cafe Catalog

Due: 25 Apr, 2024 (in 2 days)Agency: Waukesha County

Discovery Layer for Cafe Catalog

Due: 25 Apr, 2024 (in 2 days)Agency: Waukesha County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

333 -- Machinery Manufacturing/333992 -- Welding and Soldering Equipment Manufacturing