Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2008 FBO #2238
SOURCES SOUGHT

99 -- RAPID PROTOTYPE PARTS BLANKET PURCHASE AGREEMENT

Notice Date
1/10/2008
 
Notice Type
Sources Sought
 
Contracting Office
N00167 NAVAL SURFACE WARFARE CENTER, MARYLAND 9500 MacArthur Blvd West Bethesda, MD
 
ZIP Code
00000
 
Solicitation Number
N0016708T0036
 
Point of Contact
Hugh Harrison, 301-227-1123
 
E-Mail Address
Email your questions to point of contact
(hugh.harrison@navy.mil)
 
Description
The Naval Surface Warfare Center, Carderock Division (NSWCCD) Facilities Engineering and Operations Division, Model Shop (Code 51054) is responsible for supporting the Hydromechanics departments by providing rapid prototype parts in a timely fashion. These parts impact the design and testing of Navy surface ships, submarines, and advanced craft and so it is essential that required parts be accurate and provided with quick turn-around time. To support this effort NSWCCD intends to award multiple Blanket Purchase Agreements (BPA's) for services and supplies required to provide rapid prototype parts. The following are the required build capabilities which include but are not limited to SLS (Selective Laser Sintering),SLA (Stereolithography), FDM (Fused Deposition Modeling), Urethane Casting, Injection Molding and Metal Casting (investment casting and plaster/sand casting). The required tolerances are SLA: +/- (0.005 in + 0.001 in/in); SLS: +/- (0.010 in + 0.0015 in/in);FDM: +/- (0.005 + 0.002 in/in); Urethane Casting: +/- (0.010 + 0.0015 in/in); Injection Molding (overall): +/- (0.010 + 0.002 in/in); Metal Casting: +/- (0.010 + 0.002 in/in). Typical materials used for producing the parts may include but are not limited to SOMOS 11120 (resin for SLA); PA 3200 GF (powder for SLS); Aluminum, Zinc, Iron, and Steel (for Metal Casting - Investment); Aluminum, Zinc, Iron, Magnesium, and Steel (for Metal Casting - Plaster),SOMOS 9120,SOMOS 12120, SOMOS 14120, ACCURA Bluestone, ACCURA 40, accuGen100 SL, accuDur 100 SL. All BPA call/orders are generally competed among the BPA holders using the Simplified Acquisition Procedures. BPA holders must be capable of receiving and responding to RFQ's electronically. An award will be issued as a Blanket Purchase Agreement Call (BPAC). BPA call/orders will not exceed the Simplified Acquisition Threshold. BPA vendors must accept credit card as method of payment. The BPA's will have a period of performance of 5 years. In accordance with FAR 13.303-6, the government will review the BPA at least annually. The Government reserves the right to cancel any contractor's BPA for any reason, including but not limited to: poor performance, failure to respond to requests for quotes, vendor's prices are determined to be no longer competitive. BPA's will be awarded on the basis of technical capabilities and past performance. Interested vendors should provide a capabilities statement and a minimum of four (4) past performance references. The capabilities statement must demonstrate the vendor's ability to fulfill the government's requirement and should include the types of machines that will be utilized. References should include name of business, address, phone number, point of contact, contract/purchase order number, and name of item. The government will evaluate the past performance via surveys of the references. Past Performance will be evaluated based upon Product Quality, Timeliness, Customer Satisfaction, and Reliability. Vendors who satisfactorily demonstrate their ability to fulfill the government's requirement and have a history of satisfactory past performance or better will be considered for award. The government reserves the right to use additional past performance references if available. Interested ve ndors should provide their capabilities statement and references to Hugh Harrison at hugh.harrison@navy.mil no later than 10 February 2008.
 
Record
SN01483158-W 20080112/080110224824 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.