HANDHELD 3D SCANNING SYSTEM
SUBJECT: HANDHELD 3D SCANNING SYSTEM FEDERAL SUPPLY CODE: 70 - ADP Equipment Software, Supplies and Support Equip SOLICITATION NUMBER: M67004-19-Q-0032 SOLICITATION CLOSES: May 24, 2019 @ 5:00 PM EST ... SUBJECT: HANDHELD 3D SCANNING SYSTEM FEDERAL SUPPLY CODE: 70 - ADP Equipment Software, Supplies and Support Equip SOLICITATION NUMBER: M67004-19-Q-0032 SOLICITATION CLOSES: May 24, 2019 @ 5:00 PM EST Point of Contact: George Tipton III, Contracts Department, (Code S1940), Telephone (229) 639-6418, 814 Radford Blvd, STE 20270, MCLC, Albany, GA 31704-1128. Email responses preferred: george.tipton@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, and as supplemented with additional information included with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. This Notice constitutes the only solicitation. This requirement is solicited as a Small Business Set-A-side. The North American Industry Classification System (NAICS) code 334118 Computer Terminal and Other Computer Peripheral Equipment Manufacturing; Size Standard 1,000 employees applies. The government reserves the right to make one, multiple, or no award resulting from this solicitation. Notes: 1. Any product(s) offered must be equal to, or exceed the specifications of the products identified below. Offeror's submitting a response for "Equal" products must supply supporting documentation, product descriptions and specifications sufficient for evaluation. Offers failing to contain this required information will be considered incomplete and will not be evaluated or considered for award. 2. Any product(s) offered must be compatible with - VXElements Software - for use with existing equipment and software. 3. FOB Destination offers preferred, if offering -FOB Other- (CLIN 0002) offers must include all Shipping Charges. Shipping costs will be included in the evaluation of offers. 4. This requirement includes two days On-site Training (CLIN 0003) aboard Marine Corps Logistics Base - Albany, GA 31704 CLIN 0001: Creaform Inc. MetraSCAN 750 Elite, CMM Handheld 3D Scanning System w/Handy Probe or equal. Model SYS-MTR-M750EHSASFS (1 Each) w/Included Accessories: ACC-MTR-USB8, USB Cable for MetraScan 3D, or equal (1 Each) ACC-HPB-AKPNEXTSC, Probe Accessory Kit, or equal (1 Kit) ACC-HPB-AKTNEXT, HandyProbe & MetraScan 3D Target Accessory Kit, or equal (1 Kit) LAP-CRE-G3ZCEU, Creaform Certified System Controller, or equal (1 Each) ACC-HPB-BAT, Creaform Self-Power Kit, or equal (1 Kit) ACC-HPB-WS, Creaform Mobile Shop-Floor Workstation, or equal (1 Each) CLIN 0002: F.O.B. Other, (if offered) Pre-paid Shipping charges for entire contract, system and accessories. (1 Lot) CLIN 0003: On-Site Software and Scanner Training, Two Days (approximately 16 hours) Performed by certified Original Equipment Manufacturer's representative. Service to be performed aboard MCLB Albany, GA. This training will be coordinated and scheduled to occur soon after receipt of system components. The following FAR/DFAR Clauses/Provisions apply: 52.212-2 -- Evaluation -- Commercial Items 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: Award will be made to the Lowest Priced, Technically Acceptable offer with consideration of each Offeror's performance history in the Supplier Performance Risk System (SPRS) for FSC 7050. 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 (Alt 1) Offerors Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons; 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation 52.247-32 F.O.B. Origin, Freight Prepaid 52.252-1 Solicitation Provisions Incorporated by Reference: http://farsite.hill.af.mil/ 52.252-2 Clauses Incorporated by Reference: http://farsite.hill.af.mil/ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Identification and Valuation 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow WAWF 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications 252.246-7006 Warranty Tracking of Serialized Items; 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer 252.247-7022 Representation of Extent of Transportation by Sea 252.247-7023 Transportation of Supplies by Sea; Offerors responding to this solicitation must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ and Wide Area Workflow (WAWF) https://wawf.eb.mil to be considered for award. The offeror must provide their Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. The United States Marine Corps utilizes (WAWF) as it's ONLY authorized method to electronically process vendor requests for payment. All responsible small business sources may submit a quote which shall be considered. Email (preferred) quotes and all of the above required information to the above P.O.C. All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »