3D Printer Emerald Maintenance Care Package
Combined Synopsis/Solicitation » 3D Printer Emerald Maintenance Package « (i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in... Combined Synopsis/Solicitation » 3D Printer Emerald Maintenance Package « (i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) Solicitation Number: FA8227-21-Q-3DPR This solicitation is issued as a Request For Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2021-04. (iv) Contracting Officer's Business Size Selection Full and Open Competition NAICS Code 811310 Small Business Size Standard $8,000,000.00 (v) CLIN Description Quote Estimated 0001 – F900 AIS Serial Number L2207 3D Printer Emerald Maintenance Package Cost per Month 0002 – F900 AIS Serial Number L2228 3D Printer Emerald Maintenance Package Cost per Month 0003 – Fortus 450 Serial Number K11146 3D Printer Emerald Maintenance Package Cost per Month 0004 – Fortus 450 Serial Number K11147 3D Printer Emerald Maintenance Package Cost per Month 0005 – F370 Serial Number D31577 3D Printer Emerald Maintenance Package Cost per Month 0006 – F370 Serial Number D31596 3D Printer Emerald Maintenance Package Cost per Month 0007 – F120 Serial Number D40718 3D Printer Emerald Maintenance Package Cost per Month (vi) Description of item(s) to be acquired: • On-site technical support • Stratasys certified preventative maintenance • Priority scheduling of certified field service representative after a problem is reported. • Replacement of all defective or worn machine parts. • Software/hardware updates when available (vii) Period of Performance and place: • 5 year Indefinite Delivery/Indefinite Quantity contract • Performance of service will be at Hill Air Force Base. • FOB Destination (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 11 February 2021, via electronic mail to kristen.mcguire.1@us.af.mil a. Provide Cage code when submitting offer (ix) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price (ii) Technically Acceptable with the ability to comply with Product Description (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) 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 agreement 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. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause. (xii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) OTHER FAR CLAUSES AND PROVISIONS 52.204-7 System for Award Management. 52.204-13 System for Award Management Maintenance. 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 52.216-19 Order Limitations 52.216-22 Indefinite Quantity 52.222-3 Convict Labor 52.222-17 Nondisplacement of Qualified Workers 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity. 52.222-36 Equal Opportunity for Workers with Disabilities. 52.222-41 Service Contract Labor Standards. 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.222-50 Combating Trafficking in Persons. 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-10 Waste Reduction Program. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer—System for Award Management. 52.232-39 Unenforceability of Unauthorized Obligations. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-1 Disputes. 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.247-34 F.o.b. Destination. 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference. 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.216-7006 Ordering 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsman "(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 proposals, 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/or recommendations 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, Ms. Lisette K. LeDuc AFMC OL_PZC 801-777-6549, Lisette.LeDuc@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (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) (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to Kristen McGuire by email at kristen.mcguire.1@us.af.mil, NLT 1500 MT, 8 Feb 2021. Offers are due by 1500 MT, 11 Feb 2021, via electronic mail to kristen.mcguire.1@us.af.mil. (xvi) For additional information regarding the solicitation, contact Kristen McGuire at kristen.mcguire.1@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil. Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation incorporates one or more clauses and/or 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. Also, the full text of a clause may be accessed electronically at this/these address(es): Acquisition.gov Attachments: • Brand Name Justification • Product Description • Wage Determination
Data sourced from SAM.gov.
View Official Posting »