SOLICITATION NOTICE
36 -- Large-Capacity Additive Manufacturing System
- Notice Date
- 3/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333220
— Plastics and Rubber Industry Machinery Manufacturing
- Contracting Office
- N00253 NAVAL UNDERSEA WARFARE CENTER DIVISION 610 Dowell Street Keyport, WA
- ZIP Code
- 00000
- Solicitation Number
- N0025311T0119
- Response Due
- 4/11/2011
- Archive Date
- 10/11/2011
- Point of Contact
- Tim M. Lehner 360-315-3094
- Small Business Set-Aside
- N/A
- Description
- The Naval Undersea Warfare Center Division Keyport is soliciting for the manufacture and delivery of a Large-Capacity Additive Manufacturing System. This requirement is being issued as a combined synopsis/solicitation for commercial items in accordance with FAR 12.6. This announcement constitutes the only solicitation. The solicitation number for this requirement is N00253-11-T-0119, and the RFQ is attached to this announcement. The resultant contract will be a firm-fixed price contract. The applicable NAICS code for the requirement is 333220 with a small business size standard of 500 employees. The procurement is being solicited under full and open competition. Offers shall be FOB Destination to NAVSEA NUWC Division Keyport, WA 98345-7610. The purpose of the system is to upgrade NUWC Division Keyport ™s capability to autonomously manufacture mechanical plastic components directly from a digital 3D Computer-Aided Design (CAD) model for a wide range of Department of Defense (DoD) applications. This three-dimensional (3D) part-manufacturing system shall be used to build conceptual models, prototypes, tooling products, molds, and end-use parts from a variety of plastic materials. The contract shall include the delivery (freight), installation, integration, acceptance testing, start-up quantities of materials & consumables, support services, and training as specified within the Statement of Work. It is the government ™s intent that a single (primary) contractor be awarded this contract and be responsible for the accomplishment of all work detailed by this specification. Offers will be evaluated on the basis of best value to the Government; in this case, selection of the contractor is to be based on a technically acceptable determination with a trade-off between past performance and price, with past performance being moderately more important than price. Further requirements and evaluation procedures are listed in the attached solicitation. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFQ and for frequently monitoring this site for any amendments to the RFQ. No bidders list will be maintained by this office; and no telephone or fax requests for the RFQ package will be accepted. Failure to respond to the electronically posted RFQ and associated amendments prior to the date and time set for receipt of proposals may render your offer nonresponsive and result in rejection of the same. All questions regarding this solicitation must be submitted in writing via email to tim.lehner@navy.mil at least five (5) days prior to the solicitation closing date in order to allow ample response time. Offerors must have a current registration in the DoD Central Contractor Registration (CCR) database (http://www.ccr.gov). Offerors are also advised that online representations and certifications must be completed electronically via the ORCA website (http://orca.bpn.gov/).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N0025311T0119/listing.html)
- Record
- SN02405996-W 20110324/110322234030-b1f7a5aa6c32dbf32fda79e7f16d51b9 (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 |