BRAND NAME SOLE SOURCE for: Open Architecture 3D Printer

expired opportunity(Expired)
From: Federal Government(Federal)
W911QX19R0008

Basic Details

started - 13 Jun, 2019 (about 4 years ago)

Start Date

13 Jun, 2019 (about 4 years ago)
due - 03 Jul, 2019 (about 4 years ago)

Due Date

03 Jul, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W911QX19R0008

Identifier

W911QX19R0008
Department of the Army

Customer / Agency

DEPT OF DEFENSE (705969)DEPT OF THE ARMY (132703)AMC (72458)ACC (74825)ACC-CTRS (32812)ACC-APG (10683)W6QK ACC-APG ADELPHI (1841)
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.

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.This solicitation serves as an amendment to the Sole Source Synopsis posted on 24 October 2018, under the same solicitation number.THIS A BRAND NAME SOLE SOURCE FOR A RENISHAW, INC. OPEN ARCHITECURE 3D PRINTER. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS, INCLUDING THE RENISHAW MAKE, CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY.This acquisition is issued as a Request for Quote (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 published 22 January 2019.For purposes of this acquisition, the
associated NAICS code is 334516.The small business size standard is 1,000 employees.Contract Line Item (CLIN) Structure: 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: Open Architecture 3D Printer, one (1) each.CLIN 0002: ShippingCLIN 0003: Training of Government PersonnelSpecifications/Requirement: ARL requests delivery of one (1) open architecture 3D printer with the following characteristics:• The machine shall ensure a Powder Bed Fusion system, as defined by 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 Organization for Standardization ASTM 52900-15 Standard Terminology for Additive Manufacturing.)• The thermal energy source shall provide a 400 watt (w) ytterbium fiber laser. The laser beam shall be modulated and have modulation control. The laser shall ensure a maximum focus diameter of 70 micrometers (m).• The machine shall provide for cooling of the optics to limit thermal distortion, maintain process stability and maximize optics life.• The machine shall be capable of running argon build environments. The system shall use vacuum control to draw down the atmosphere of the build chamber.• The build volume shall be approximately 250 millimeters (mm) by 250 mm by 300 mm (10 in by 10 in by 12 in).• The machine shall use a soft wiper so as not to damage parts during build.• The Machine weight shall be no greater than 3,000 pounds (lbs.).• The overall machine footprint shall be less than 2 meters (m) wide, 1 m deep, 2.5 m tall.• The machine shall be an open system that allows for the editing of the default processing parameters, which shall exceed 100 total parameters.• The vendor shall provide the processing parameters for all currently supported metal materials, including but not limited to aluminum, cobalt chrome, nickel based superalloys, titanium, and steel, as well as new future materials once they are available.• The parameters set/build recipes shall be adjustable by the machine user via parameter editor software.• All machine recorded process data, including but not limited to process chamber oxygen content, temperature, and laser power, shall be downloadable in an American Standard Code for Information Interchange (ASCII) tab or column delimited format. The build log file shall not be encrypted and shall be in a format such as txt or csv.• The machine shall ensure diagnostic capability and the ability to have Army Research Laboratory (ARL) sensors/equipment mounted within the build chamber.• The machine shall be capable of the process of small quantities of powder, such as 1 liter (L), in a reduced build area using a self-contained vendor approved adapter kit for small prototype builds• Complete powder change from one alloy to another shall take less than 8 hours.• The machine's build chamber shall have a front-end glove box style handling system for safe recovery and cleaning of parts after they are built.• The system shall have the capability of re-filling the powder supply while the machine is running.• The machine shall have a contained powder handling system to minimize worker exposure.• The vendor shall provide in-person on-site training for up to four (4) personnel on how to customize the process parameters.• Delivery shall be made within sixteen (16) weeks after date of contract (ADC) award to U.S. ARMY RESEARCH LABORATORY, SHIPPING & RECEIVING,6375 JOHNSON ROAD, BUILDING 321, ABERDEEN PROVING GROUND MD 21005, 410-278-4406, FOB: Destination• The machine shall include a one (1) year warranty on parts and associated labor, including travel for machine service• The machine shall include a two (2) year warranty on the laserContractor and all associated sub-contractors' employees shall provide all information required for background checks to meet installation access requirements to be accomplished by 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.Delivery: Delivery is required twelve (12) weeks after contract award. Delivery shall be made to U.S. Army Research Laboratory, Building 321 Colleran Road, APG, Aberdeen, MD 21005 Acceptance shall be performed at Destination. The FOB point is Destination.Clauses:I. 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.II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: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 be evaluated on an acceptable/unacceptable rating basis. An "Acceptable" rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. An "Unacceptable" rating is defined as the Government having minimal confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. The ratings will be based upon past performance information submitted by the offeror, as well as any other past performance information the Government obtains. The offeror shall submit 3 records of past performance from the past 36 months with their offer. Only offerors rated "Acceptable" will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated "Acceptable".3. Price:Price will be evaluated based on the total proposed price, including options, (if any).III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.IV. 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.V. 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:52.203-3 GRATUITIES (APR 1984)52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO GOVERNMENT (SEP 2006)52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016)52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED SUSPENDED OR PROPOSED FOR DEBARMENT (OCT 2015)52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (NOV 2016)52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013)52.222-3 CONVICT LABOR (JUN 2003)52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016)52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)52.222-26 EQUAL OPPORTUNITY (SEP 2016)52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONA LABOR RELATIONS ACT (DEC 2010)52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015)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 (JUL 2013)52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS:252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014)252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2016)252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2016)252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015)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)252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992)252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014)252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL (JUNE 2005)252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015)252.225-7978 RESTRICTION ON ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (JAN 2019) (DEVIATION 2019-O0006)252.226-7001 UTILIZATION OF INDIAN ORGANIZXATIONS, INDIAN OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (SEP 2014)VI. 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):FAR:52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)DFARS:252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)252.211-7003 ITEM UNIQUE 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 (MAY 2013)LOCAL INSTRUCTIONS:ACC - APG POINT OF CONTACTTECHNICAL POINT OF CONTACTTYPE OF CONTRACTGOVERNMENT INSPECTION AND ACCEPTANCETAX EXEMPTION CERTIFICATE (ARL)RECEIVING ROOM - APGEXCEPTIONS IN PROPOSALAWARD OF CONTRACTADELPHI CONTRACTING DIVISION WEBSITEPAYMENT TERMSPAYMENT OFFICE (BANKCARD - INVOICES REQUIRED)VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A.VIII. The following notes apply to this announcement: NONE.IX. Offers are due on 03 July 2019, by 11:59 AM Eastern Daylight time (EDT), via email to Nicole Hernandez, nicole.g.hernandez2.civ@mail.mil Please reference solicitation W911QX-18-R-0008 on any correspondence.X. For information regarding this solicitation, please contact Nicole Hernandez, nicole.g.hernandez2.civ@mail.mil, CC Daniel Balizan daniel.j.balizan.civ@mail.mil. Please reference solicitation W911QX-18-R-0008 on any correspondence.Place of Performance: Contractor FacilitySet Aside: N/A 

ACC - APG (W911QX) AdelphiLocation

Address: ACC - APG (W911QX) Adelphi

Country : United StatesState : Maryland

Classification

NAISC: 334516 GSA CLASS CODE: 66
naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 66INSTRUMENTS AND LABORATORY EQPT