Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:12305B21DR0004
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 announce...
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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number and a statement that the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2021-05 March 10, 2021. (iv) This is a total 100% small business set-aside and the associated NAICS code is 333249 and small business size standard is 500 employees. (v) See attached documents (specification sheet). (vi) USDA Agricultural Research Service (ARS), Environmental Microbial and Food Safety Laboratory (EMFSL) sensing technology engineering group in Beltsville, Maryland requires a new 3D printer. The following model specifications are the requirements and pertinent product information for the 3D printer: Model Specifications: • Build volume of 14” x 10” x 14” • Nest multiple parts in build area • Minimum layer resolution of .005” • Models can be painting, glued, sanded, drilled • Models do not change shape after being printed (no infiltrating or curing) • Models are made of durable TPU 92A, ABS-M30, ABS-ESD7, PC-ABS, ABSCF10, Diran 410MF07, ASA plastic and PLA material • Includes one year warranty in purchase price of equipment • Includes one year * supply of material at no addition charge (*estimated, depending on machine usage) • Includes Support Cleaning Apparatus for soluble support material removal *See attached specification sheet for additional product requirements* (vii) Performance location: USDA, ARS, EMFSL, Building 303 BARC-East, Room 001A, 10300 Baltimore Ave, Beltsville, MD 20705. (viii) Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) Award will be made on the basis of best value determination where price is more important than technical. See attached specification sheet for minimum specification. (x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on beta.sam.gov by the time quotes are due. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached clauses for additional applicable clauses. (xiv) Questions are due by 24 May 2021. Quotes are due on 31 May 2021 at noon EST by email to Dilynn Rogers at dilynn.rogers@usda.gov.