Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOLICITATION NOTICE

70 -- 3D Printer, 3D Scanner and Accessories

Notice Date
8/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
10692M2202
 
Archive Date
8/29/2012
 
Point of Contact
Anil N. Nayak, Phone: 703-875-6843, Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
nayakan@state.gov, SanchezVJ@state.gov
(nayakan@state.gov, SanchezVJ@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is 1897573 and is issued as a Request For Quote, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. This requirement is restricted to total small business GSA Schedule holders and only qualified offerors may submit quotes. THIS IS AN ALL OR NOTHING QUOTE. PARTIAL OR INCOMPLETE OFFERS WILL NOT BE ACCEPTED OR CONSIDERED. The services required under this Request for Quote are not on the Procurement List maintained by the Committee for Purchase from People Who Are Blind or Severely Disabled. (ii)(iii) Mandatory/Optional use Federal Supply Schedules get priority preference over other sources of supply, should no responses be received under GSA supply schedule, this requirement will be then put out to (iv)Federal Prison Industries, Inc., or commercial sources (including educational and nonprofit institutions). The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") The Department of State requires the following items, Brand Name or Equal, to the following: (1) Zprinter 450 3D Printer (Part No. Z4501)-Quantity: 1 Equivalents must at a minimum, meet the following salient specifications: Color: 180,000 colors (2 print heads) Resolution: 300 x 450 dpi Minimum Feature Size: 0.006 inches (0.15 mm) Automation: Full (automated setup and self monitoring/automated powder loading / automated powder recycling and removal / snap-in binder cartridges/intuitive control panel) Vertical Build Speed: 0.9 inch/hour (23 mm/hour) Build Size: 8 x 10 x 8 inches (203 x 254 x 203 mm) Material Options: High Performance Composite Layer Thickness: 0.0035 - 0.004 inches (0.089 - 0.102 mm) Number of Jets: 604 File Formats for Printing: STL, VRML, PLY, 3DS, ZPR Equipment Dimensions: 48 x 31 x 55 inches (122 x 79 x 140 cm) Equipment Weight: 425 lbs (193 kg) Power Requirements: 100-240V, 15-7.5A Workstation Compatibility: Windows® 7, Windows® XP Professional and Windows Vista® Business/Ultimate Regulatory Compliance: CE, CSA Special Facility Requirements: None (2) Zscanner 700 3D Scanner (Part No. 06865) -Quantity: 1 Equivalents must at a minimum, meet the following salient specifications: Overview: Handheld, portable, easy to use, professional accuracy Applications: Reverse engineering, design, manufacturing, digital mockups, simulations Weight: 0.98 kg (2.1 lbs) Dimensions: 160 x 260 x 210 mm (6.2 x 10.2 x 8.2 inches) Sampling Speed: 18,000 measurements per second Laser: Class II (eye safe) Number of Cameras: 2 XY Accuracy: Up to 50 microns (up to 0.002 inches) Resolution: 0.1 mm in Z (0.004 inches in Z) Depth of Field: 30 cm (12 inches) Exported File Formats: DAE,.FBX,.MA,.OBJ,.PLY,.STL,.TXT,.WRL,.X3D,.X3DZ,.ZPR Regulatory Compliance: CE Data Transfer: FireWire Power Source: FireWire Laptop Compatibility: Intel®, Core TM 2 Duo processor, 2GB RAM, NVIDIA Quadro NVS 320M graphics (256 MB dedicated video memory) required with Windows Vista® Business or Windows® XP Professional Package Software: Must come with scanning software included (3) ZB59 Zprinter Binder Cartridge 2-pack (Part No. Z0148)-Quantity: 1 (4) Zprinter Blue Vacuum Bags-5 per pack (Part No. 10275) -Quantity: 1 (5) ZP130 Power Cartridge for Zprinter 450 (Part No. 06925) -Quantity: 1 (6) ZP150 Upgrade Kit for Zprinter 450 (Part No. Z0453) -Quantity: 1 (7) HP57 Printhead for Zprinter 450 (Part No. 15071) -Quantity: 1 (8) HP11 Printhead compatible with Zprinter 450 or 510 (Part No. 15254) -Quantity: 1 (9) Waste Tray for Zprinter 450 (Part No. 15933) -Quantity: 1 (10) ZP150 Consumable Starter Kit for Zprinter 450 (Part No. Z0461) -Quantity: 1 (11) One-Year Standard Service for Zprinter 450 (Part No. Z0040-C) -Quantity: 1 --Equivalent solutions for items 3-11 should be compatible with the equivalent solution for item 1. All "equal" and not "brand name" solutions should be offered in compliance with FAR 52.211-6(b) which provides guidelines for offering "equal" products.- ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** In addition to providing pricing for this solicitation, each Offeror must provide NON-PRICING responses (e.g. technical descriptions, past performance, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Anyone other than the manufacturer, offering the name-brand manufactured products, must provide proof (letter from manufacturer or URL to manufacturer's specific web page confirming authorization as a reseller) that they are an authorized distributor. An evaluation will be conducted based on best value, where delivery schedule offered, technical compliance as defined by staying as close to the listed requirements as identified, and past performance are more important than price. All unit rates should include all costs including any possible shipping to Springfield, VA 22150. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. All Quotes must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer's current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/10692M2202/listing.html)
 
Place of Performance
Address: Springfield, Virginia, 22150, United States
Zip Code: 22150
 
Record
SN02850774-W 20120824/120823001145-50d092ac5b3f235a2a9a4f8ccd13aa19 (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.