Polymers Additive Manufacturing

expired opportunity(Expired)
From: Federal Government(Federal)
F3N6111056AW01

Basic Details

started - 11 Jun, 2021 (about 2 years ago)

Start Date

11 Jun, 2021 (about 2 years ago)
due - 16 Jun, 2021 (about 2 years ago)

Due Date

16 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
F3N6111056AW01

Identifier

F3N6111056AW01
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698498)DEPT OF THE AIR FORCE (59593)USAFE (2597)FA5613 700 CONS PK (806)

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.

The purpose of this Amendment Two is to remove the verbiage requiring vendors provide a certificate of approval along with a quotation submission under the evaluation criteria. The quotation deadline has been extended from 14 June 2021 to 16 June 2021.The purpose of Amendment One is to attach the Brand Name JustificationDEPARTMENT OF THE AIR FORCE86th AirLift WING (USAFE)Combined Synopsis/SolicitationRequirement Title: Stratsys Fortus F900 Polymer Additive Manufacturing MachineSolicitation Number: F3N6111056AW01Solicitation Issue Date: 25 May 2021Response Deadline: 14 June 2021 no later than 1:00pm CESTContract Type: Fixed-Firm PricePoint(s) of Contact: SrA Warren Jenkins, warren.jenkins.2@us.af.milSSgt Amanda Jardine, amanda.jardine@us.af.mil1. 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; quotations are being requested and a written solicitation will not be issued.2. This solicitation is being issued as a Request For Quotation (RFQ) under FAR 13.3. This solicitation document and incorporated provisions and clauses are those in effect through:Federal Acquisition Circular 2021-04 effective 21 January 2021 Defense Federal Acquisition Regulation Public Notice effective 30 November 2020 Air Force Federal Acquisition Circular 2019-1001 effective 1 October 20194. Due to the overseas location of this requirement, no set-aside will be used in accordance with FAR 19.000(b). The North American Industry Size Classification System (NAICS) code associated with this requirement is 336112Description:Stratsys Fortus F900 Aircraft Interiors Solution Package includes the F900 base system (only certified system for aircraft partproduction), material licenses, materials & accessories (Certified Ultem 9085 model material, support material, tips, support tips, build sheets, purge ledges), equivalency toolkit, installation & 3-days on site certification to include inspection with documentation, and shipping.Place of Delivery/Performance/Inspection and Acceptance/FOB Destination:86 MXS/CCRRamstein Air BaseLine ItemDescriptionQuantityUnitUnit Price in EuroExtended Price0001Stratsys Fortus F900 Aircraft Interiors Solution Package includes the F900 base system (only certified system for aircraft part production), material licenses, materials & accessories (Certified Ultem 9085 model material, support material, tips, support tips, build sheets, purge ledges), equivalency toolkit, installation & 3-days on site certification with documentation, and shipping.1lotFAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein:General InformationRequirement InformationInstructions to OfferorsDEPARTMENT OF THE AIR FORCE86th AirLift WING (USAFE)Combined Synopsis/Solicitation- Quoted amounts need to be net prices without tax and submitted in Euro currency- The Government reserves the right to award on an "All or None" basis- The Government reserves the right to reject quotes that are received after the response date and time.- Provide Quote Expiration Date, Delivery Date, and any Discount Terms- Quotes, attachments, and all other correspondence as listed in this solicitation must be emailed to both points of contact (POCs)- All Offerors terms and conditions shall be included in their quotations as part of proposed submission package.- All questions are to be submitted in writing byQuotes are required to be valid untilFAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein:Vendors that do not provide the certificate of approval with the RFQ are not eligible for any resulting award arising from this RFQ and will not be evaluated.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on all or none and best value to the government. The government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated based on a combination of factors including total price, delivery to Ramstein Air Base and offeror's ability to meet the specification requirements outlined in the attached product specifications document and all other terms IAW with this combined synopsis/solicitation. Only new equipment will be accepted. Re- manufactured or grey market items will not be accepted. All items must include a manufacturer's warranty and be stated in their quote.FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications posted at FAR 52.212-3 have been entered or updated electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal in the last 12 months, and are current, accurate, complete, and applicable to this solicitation. Alternatively, if the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision and include a completed copy with its offer.FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference:52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I52.203-13, Contractor Code of Business Ethics and Conduct52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards02 June 2021 no later than 1:00pm CEST30 September 2021Evaluation CriteriaClauses and ProvisionsDEPARTMENT OF THE AIR FORCE86th AirLift WING (USAFE)Combined Synopsis/SolicitationPage 3 of 752.209-6, Protecting the Government's Interest When Subcontracting wit Contractors Debarred, Suspended, or Proposed for Debarment52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters52.222-17, Nondisplacement of Qualified Workers52.222-19, Child Labor--Cooperation with Authorities and Remedies52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-35, Equal Opportunity for Veterans52.222-36, Equal Opportunity for Workers with Disabilities52.222-37, Employment Reports on Veterans52.222-50, Combating Trafficking Persons52.222-54, Employment Eligibility Verification52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving52.225-13, Restrictions on Certain Foreign Purchases52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-36, Payment by Third PartyThe provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions and clauses are hereby included by reference:52.203-3, Gratuities52.203-12, Limitation on Payments to Influence Certain Federal Transactions52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper52.204-7, System for Award Management52.204-9, Personal Identity Verification of Contractor Personnel52.204-16, Commercial and Government Entity Code Reporting52.204-18, Commercial and Government Entity Code Maintenance 52.204-22, Alternative Line Item Proposal52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment52.204-25, Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-13, Bankruptcy52.253-1, Computer Generated Forms252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirements to Inform Employees of Whistleblower Rights252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product252.204-7008 Compliance with Safeguarding Covered Defense Information Controls *If Applicable252.204-7009, Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information *If ApplicableDEPARTMENT OF THE AIR FORCE86th AirLift WING (USAFE)Combined Synopsis/SolicitationPage 4 of 7252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting *If Applicable252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.205-7000, Provision of Information to Cooperative Agreement Holders *Above $1M252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism252.211-7008, Use of Government-Assigned Serial Numbers *Supplies, if applicable252.222-7002, Compliance with Labor Laws (Overseas)252.223-7008, Prohibition of Hexavalent Chromium252.225-7005, Identification of Expenditures in the United States252.225-7041, Correspondence in English *Performance in foreign country252.225-7043, Antiterrorism/Force Protection for Defense252.225-7048, Export-Controlled Items252.229-7002, Customs Exemptions (Germany)252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions252.232-7008, Assignment of Claims (Overseas)252.232-7010, Levies on Contract Payments252.233-7001, Choice of Law (Overseas)252.243-7002, Request for Equitable Adjustment252.244-7000, Subcontracts for Commercial Items5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)5352.223-9001, Health and Safety on Government InstallationsThe following provisions and clauses are hereby included by full text:52.209-7, Information Regarding Responsibility Matters(a) Definitions. As used in this provision --“Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.“Federal contracts and grants with total value greater than $10,000,000” means --(1) The total value of all current, active contracts and grants, including all priced options; and(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).“Principal” means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).DEPARTMENT OF THE AIR FORCE86th AirLift WING (USAFE)Combined Synopsis/SolicitationPage 5 of 7(b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000.(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:(i) In a criminal proceeding, a conviction.(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.(iii) In an administrative proceeding, a finding of fault and liability that results in --(A) The payment of a monetary fine or penalty of $5,000 or more; or(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7).(End of provision)52.252-1, Solicitation Provisions Incorporated by ReferenceThis solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https:// farsite.hill.af.mil52.252-2, Clauses Incorporated By Reference (Feb 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil52.252-6, Authorized Deviations in Clauses (Apr 1984)(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of clause)252.229-7001, TAX RELIEF --ALTERNATE I (SEP 2014)DEPARTMENT OF THE AIR FORCE86th AirLift WING (USAFE)Combined Synopsis/SolicitationPage 6 of 7(a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price:NAME OF TAX: [Offeror insert] RATE (PERCENTAGE): [Offeror insert](b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged.(c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract.(d) Tax relief will be claimed in Germany pursuant to the provisions of the Agreement Between the United States of America and Germany Concerning Tax Relief to be Accorded by Germany to United States Expenditures in the Interest of Common Defense. The Contractor shall use Abwicklungsschein fuer abgabenbeguenstigte Lieferungen/Leistungen nach dem Offshore Steuerabkommen (Performance Certificate for Tax-Free Deliveries/Performance according to the Offshore Tax Relief Agreement) or other documentary evidence acceptable to the German tax authorities. All purchases made and paid for on a tax-free basis during a 30-day period may be accumulated, totaled, and reported as tax-free.(End of clause)5352.201-9101 OMBUDSMAN (Jun 2016)(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/orRecommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman.Primary:Mr. Eric SymanskiAFICA/KU, UNIT 3103, APO, AE 09094-3103AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: eric.symanski@us.af.milTel: DSN: (314)480-2209 Fax: (49)-6731-47-2025Alternate:Ms. Heidi HoehnAFICA/KU, UNIT 3103, APO, AE 09094-3103AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: heidi.hoehn.de@us.af.milTel: DSN: (314)480-9330 Fax: (49)-6731-47-2025Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy AssistantDEPARTMENT OF THE AIR FORCE86th AirLift WING (USAFE)Combined Synopsis/SolicitationPage 7 of 7Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency.(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.(End of clause)5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)(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 written request on company letterhead to the contracting officer 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. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and a 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, and AFI 31-501, Personnel Security Program Management.(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)- Attachment 1 - Product Descriptions and SpecificationsAttachments

Washington ,
 DC  20001  USALocation

Place Of Performance : Washington , DC 20001 USA

Country : United StatesState : District of Columbia

You may also like

IN-SPACE PRODUCTION OF ORGANS VIA VOLUMETRIC ADDITIVE MANUFACTURING

Due: 13 Feb, 2026 (in 22 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Classification

naicsCode 333249
pscCode 3695Miscellaneous Special Industry Machinery