Bio3Dprinter
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Classification Code: 66 2. NAICS Code: 334516 3. Subject: FULL AND OPEN COMPETITION FOR one (1) Bio3Dprinter 4. Solicitation Number: W911QX-19-Q-000... COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Classification Code: 66 2. NAICS Code: 334516 3. Subject: FULL AND OPEN COMPETITION FOR one (1) Bio3Dprinter 4. Solicitation Number: W911QX-19-Q-0005, Amendment 0001 5. Set-Aside Code: N/A 6. Response Date: 04/05/2019 7. Place of Delivery/Place of Performance: U.S. Army Research Laboratory Aberdeen Proving Ground, MD 21005-5066 8. Description: Disclaimer: 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 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 2005-97, Effective 24 January 2018. For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1000 employees. Contract Line Item (CLIN) Structure: CLIN 0001 Bio3Dprinter, QTY 1 unit CLIN 0002 One (1) 405 nm (nanometer) LED (Light emitting diodes) module CLIN 0003 One (1) 365nm LED module CLIN 0004 One (1) 256 nm LED module CLIN 0005 Four (4) 30cc heated syringe mount CLIN 0006 Fourteen (14) Solenoid Microvalve CLIN 0007 One (1) Microstepping Drivers CLIN 0008 One (1) Laser engraver CLIN 0009 One (1) Fitted 30cc Anodized Aluminum CLIN 0010 One (1) Fitted 10cc Anodized Aluminum CLIN 0011 One (1) Fitted 5cc Anodized Aluminum CLIN 0012 One (1) Fitted 3cc Anodized Aluminum CLIN 0013 One (1) Fitted 1cc Anodized Aluminum CLIN 0014 One (1) Air Compressor CLIN 0015 Shipping and Handling Specifications/Requirement: The Contractor shall provide quantity (qty) one (1) Bio3Dprinter in accordance with the Government's minimum specifications, as stated below: 1) Built-in controller and program to prepare CAD files to print, g-code for tool path 2) Built-in Camera for machine vision print monitoring 3) Automatic print platform leveling, offset, and line width calibration 4) Able to mount syringes from 1 cc to 30 cc 5) Able to print two Filament Deposition Modeling filaments at the same time 6) Able to accept custom made ink and resins for printing 8) Built-in Ultra-Violet (UV) lamps at discreet wavelengths (405 nm, 365 nm, 265 nm) for curing 9) Built-in laser for engraving and thermal curing 10) Built-in microvalve for spraying resins 11) Heated mount to heat up syringe for extrusion at a controllable temperature of at least 50 degrees Celsius 12) Printing Stage with Heating control Capabilities at a temperature of at least 50 degrees Celsius 13) Transparent enclosure around the printer for safe operation 14) Minimum build volume 300 mm (millimeter) x 200 mm (millimeter) x 100 mm (millimeter) 15) At least 0.5 nm Z-axis resolution 16) At least 1 micron X/Y-axis resolution 17) Able to print at least twenty (20) different materials simultaneously 18) Able to perform CNC (Computer Numeric Control) machining Delivery: Delivery is required eight (8) weeks after receipt of award (ARO). Delivery shall be made to Aberdeen Proving Ground, Maryland. Acceptance shall be performed at Aberdeen Proving Ground, Maryland. The FOB point is Aberdeen Proving Ground, Maryland. 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. 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. Past performance will not be evaluated. The Contracting Officer determines that past performance need not be evaluated the supply being purchased is of a low complexity that past performance information would not make a substantial difference. 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: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2013) 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.22-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 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) 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: 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 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) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT (Reference: 52.216-1) GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM REQUIREMENTS - ALTERNATE I (APG) COMMERCIAL ACQUISITION PROVISIONS & CLAUSES (DFARS) (MAR 2017) EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING UNDER CONTRACT PAYMENT TERMS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. VIII. The following notes apply to this announcement: This purchase will be utilizing FAR Part 13 therefore, no contract financing will be provided. Place of Performance: Aberdeen Proving Ground, Maryland Set Aside: N/A
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »