Magics Software package for pre-processing of parts for additive manufacturing (3D printing)

expired opportunity(Expired)
From: Federal Government(Federal)
W911QX20Q0091

Basic Details

started - 24 Apr, 2020 (about 4 years ago)

Start Date

24 Apr, 2020 (about 4 years ago)
due - 01 May, 2020 (about 4 years ago)

Due Date

01 May, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
W911QX20Q0091

Identifier

W911QX20Q0091
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE ARMY (133179)AMC (72647)ACC (75026)ACC-CTRS (32917)ACC-APG (10724)W6QK ACC-APG ADELPHI (1860)

Attachments (2)

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.

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS1.  Class Code: 70302.  NAICS Code:  5112103.  Subject:  Magics Software package for pre-processing of parts for additive manufacturing (3D printing)4.  Solicitation Number: W911QX20Q00915.  Set-Aside Code: N/A6.  Response Date: Five (5) DAYS FROM POSTING DATE 7.  Place of Delivery/Performance:  U.S. Army Research LaboratoryAberdeen Provind Ground MD 210058.                      (i)  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.INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b) (1) (i) “Only one responsible source
and No Other Supplies or Services Will Satisfy Agency Requirements.”  The name of the company the Government intends to award a contract to is, Materialise USA LLC., 44650 Helm Ct, Plymouth, MI 48170-6061. This notice of intent is not a request for competitive proposals.  However, the Government will consider all proposals received prior to the closing date and time of this solicitation.                     (ii)  The solicitation number is W911QX20Q0091.  This acquisition is issued as an request for quotation (RFQ).                     (iii)  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05.                     (iv)  This acquisition is set-aside for The associated NAICS code is 511210. The small business size standard is $1,000 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 – QTY: DESCRIPTION1 Magics RP - Floating Maintenance1 Magics Simulation – Floating Limited License1 SG+ - Floating License + Maintenance1 Sintermodule - Floating License + Maintenance                     (vi)  Description of requirements: Software package for pre-processing of parts for additive manufacturing (3D printing) as mentioned in (v).                     (vii) The period of performance is June 2020 to June 2021.  The performance of the preventative maintenance shall occur a Aberdeen Proving Ground, MD 21005.  Acceptance shall be performed at Aberdeen Proving Ground, MD 21005. The FOB point is The FOB point is U.S. Army Research Laboratory, Aberdeen Proving Ground, MD.                     (viii) The provision at 52.212-1, Instructions to Offerors – Commercial DEVIATION 2018-O0018, applies to this acquisition.  The following addenda have been attached to this provision: None                     (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: N/A                     (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: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)  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 2018)52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)52.222-26 EQUAL OPPORTUNITY (SEP 2016)52.222-36  AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019)52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)52.225-13  RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)                     (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): 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)52.204-13 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE52.252-2 CLAUSES INCORPORATED BY REFERENCE252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)ACC - APG POINT OF CONTACTTECHNICAL POINT OF CONTACTTYPE OF CONTRACTGOVERNMENT INSPECTION AND ACCEPTANCEPAYMENT OFFICE (BANKCARD - INVOICES REQUIRED)TAX EXEMPTION CERTIFICATE (ARL)RECEIVING ROOM – ALCPAYMENT INSTRUCTIONSDFARS COMMERCIAL CLAUSESEXCEPTIONS IN PROPOSALAWARD OF CONTRACTADELPHI CONTR. DIVISION URLFOREIGN NATIONALS PERFORMINGPAYMENT TERMS                     (xiv)  This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A                     (xv)  The following notes apply to this announcement:  In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.                               (xvi)  Offers are due FIVE (5) BUSINESS DAYS AFTER SOLICITATION POSTING by 11:59 AM ET, by email to Contract Specialist Ashley Eaker, ashley.e.eaker2.civ@mail.mil                     (xvii)  For information regarding this solicitation, please contact Contract Specialist Ashley Eaker, ashley.e.eaker2.civ@mail.mil

Aberdeen Proving Ground ,
 MD  21005  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : ABER PROV GRD

Classification

naicsCode 51121
pscCode 7030