Wire Arc Additive Manufactured (WAAM) Parts

expired opportunity(Expired)
From: Federal Government(Federal)
W912HZ22Q2000

Basic Details

started - 22 Aug, 2022 (19 months ago)

Start Date

22 Aug, 2022 (19 months ago)
due - 02 Sep, 2022 (19 months ago)

Due Date

02 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
W912HZ22Q2000

Identifier

W912HZ22Q2000
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698575)DEPT OF THE ARMY (131661)USACE (37562)OTHER_DIVISION (3512)W2R2 USA ENGR R AND D CTR (926)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

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.

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; quotes are being requested, and a written solicitation will not be issued.The US Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) Geotechnical and Structures Laboratory (GSL) in Vicksburg, MS intends to award multiple, up to three, Master Blanket Purchase Agreements (BPA) in order to facilitate the procurement of the required parts.  A BPA is a simplified method of filing anticipated repetitive needs for supplies or services by establishing “charge accounts” with qualified sources of supply. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required manufactured parts utilizing the wire arc
additive manufacturing (WAAM) process.The Government anticipates this solicitation will result in multiple awards, up to three.  Ordering shall be for a period of five (5) years or a total combined $750,000 in capacity is utilized unless earlier termination.  The Contractor shall furnish all labor, supervision, and other items and services necessary to provide the required WAAM manufactured parts in accordance with the attached Description of Requirements (DOR).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-05. This requirement is 100% small business set aside and utilizes the North American Industry Classification System Code (NAICS) 333244 (Printing Machinery and Equipment Manufacturing) with a size standard of 750 employees. This procurement is being conducted in accordance with regulation at FAR 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, and FAR 13.303, Blanket Purchase Agreements.The Master BPA does not obligate any funds.  The government shall be obligated only to the extent of authorized orders actually utilized via a properly executed BPA Call.  The Government estimates, but does not guarantee, that the total volume of purchases through this agreement will be a combined $750,000.00 over a 5-year period. Individual purchases shall not exceed the Simplified Acquisition Threshold of $250,000.00. There shall be no guaranteed minimum or maximum order limits established and no guaranteed dollar amount of expenditures with the vendor. Actual purchases will be made via properly executed BPA Calls.  All BPA Calls will be initiated at the time the manufactured parts are needed by a warranted Contracting Officer, a warranted Micro-purchase Contracting Officer or a BPA Ordering Authorized Individual. One examples of future work is attached to this solicitation (Example is provided for evaluation purposes ONLY): Medium example. Offerors shall provide a quote for the medium example using WAAM. The material to use will be high strength low alloy steel HY80. Quote shall include all labor, materials and shipping FOB destination to the Engineering Research and Development Center, 3909 Halls Ferry Road, Vicksburg MS 39180.CAD files of example is available upon request. Email: Jennifer.Hoben@usace.army.milInstructions to Offerors (Reference FAR 52.212-1)(a) The Offeror is responsible for reading all information contained in this solicitation and all attachments, if any, posted with it. Offerors should check the www.SAM.gov website often for any information regarding this solicitation and/or amendments to this solicitation. For information concerning this solicitation, please email Allison.B.Hudson@usace.army.mil and Jennifer.Hoben@usace.army.mil (b) Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov.(c) Submission of offers. Signed and dated offers are due 02 September 2022, not later than 1:00 PM CST and must be submitted via email to: Allison.B.Hudson@usace.army.mil and Jennifer.Hoben@usace.army.mil. Offers may be submitted in writing on letterhead stationery, or as otherwise specified in the solicitation. At a minimum, offers must include:(1) The solicitation number W912HZ22Q2000;  (2) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.(3) Unit pricing and extended pricing for each item: State discount terms, if any;(4) Cage code and/or DUNS Number.(d) Late submissions, modifications, revisions, and withdrawals of offers - (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the designated government emails by the date and time designated in the solicitation; (2) Any offer, modification, revision, or withdrawal of an offer received after the exact date and time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; however, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted; and (3) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers.(e) Contract award. The Government intends to evaluate offers and award up to three agreements without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.(f) Offers shall be made in accordance with the Description of Requirements (DOR) document provided in the solicitation.(g) Oral communications ARE NOT acceptable in response to this notice.(h) Technical Inquiries and Questions: All technical inquiries and questions relating to this solicitation are to be submitted via email to Allison.B.Hudson@usace.army.mil and Jennifer.Hoben@usace.army.mil. Offerors shall submit questions at least 2 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and to amend the solicitation, if necessary. Offerors must review the specifications in their entirety and review the www.SAM.gov website for answers to questions prior to submission of an inquiry                                 Basis of Award: Award(s) will be made to the three offerors that are technically acceptable and provide the lowest quote for the appropriate example provided. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote.FAR 52.212-2 - Evaluation -- Commercial Items:(a) 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.The following factors shall be used to evaluate offers:1) Lowest Price2) Technically CapabilityThe Government will issue an award to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements to be determined Technically Capable.(1) Technically Capable is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is imperative that the offeror submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote.(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision)The following FAR clauses and provisions may apply to this acquisition:52.203-3 Gratuities52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper52.204-7 System for Award Management52.204-13 System for Award Management Maintenance52.209-7 Information Regarding Responsibility Matters52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters52.212-3 Alt I Offerors Representations and Certifications- Commercial Items52.212-4 Contract Terms and Conditions - Commercial Items;52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items52.252-2 Clauses Incorporated by ReferenceAdditionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition:52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.219-6 Notice of Total Small Business Set-Aside52.219-28 Post Award Small Business Program Representation52.222-3 Convict Labor52.222-19 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 Disabilities52.222-50 Combating Trafficking in Persons52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving52.232-34 Payment by Electronic Funds Transfer – Other than System for Award Management52.233- 3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.223-6 Drug Free Workplace52.223-10 Waste Reduction Program52.223-22 Public Disclosure of Greenhouse Emissions and Reduction Goals-RepresentationThe full text of these FAR clauses can be accessed electronically at website:https://www.acquisition.gov/browse/index/farThe following DFARS Clauses and Provisions may be applicable to this acquisition:252.203-7000 Requirement Relating to Compensation of Former DoD officials252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD officials252.204-7008 Compliance with Safeguarding Covered Defense Information Controls252.204-7012 Safeguarding Covered Defense information And Cyber Incident Reporting252.204-7019 Notice of NIST SP 800-171 DOD Assessment Requirements252.204-7020 NIST SP 800-171 DOD Assessment252.204-7003 Control Of Government Personnel Work Product252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.232-7010 Levies on Contract Payments252.243-7001 Pricing Of Contract ModificationsThe full text of these DFARS clauses can be accessed electronically at website:https://www.acquisition.gov/dfars

Vicksburg ,
 MS  39180  USALocation

Place Of Performance : N/A

Country : United StatesState : MississippiCity : Vicksburg

You may also like

Wire Arc Additive Manufacturing

Due: 05 Apr, 2024 (in 7 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 333244
pscCode 3610Printing, Duplicating, and Bookbinding Equipment