MODIFICATION
70 -- 3D Printer and 3D Scanner
- Notice Date
- 8/28/2012
- Notice Type
- Modification/Amendment
- 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
- 9/4/2012
- 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 NOTICE HAS BEEN AMENDED IN ITS ENTIRETY. THIS REQUIREMENT IS NOW SET ASIDE FOR OPEN-MARKET TOTAL SMALL SET ASIDE OFFERS AND SEEKS INDUSTRY SOLUTIONS BASED ON THE SALIENT SPECIFICATIONS IDENTIFIED BELOW*** 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 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 Department of State requires the following items, Meet or Exceeds Expectations, to the following: (1) 3D Printer (Quantity: 1) At a minimum, product must meet the following salient specifications: -A 3D production system that produces accurate, durable prototypes and production-grade parts using high-performance thermoplastics -The 3d prototyping /3d printing equipment using fused deposition modeling or similar technology that produces a functional prototype or end use product. The final product needs to have tensile strength greater than 4500 psi, good flexibility and thermo properties greater than 180 degrees F. -The equipment material should have multiple color options and have a reliable source for replacement/ low cost supply. -The equipment or optional equipment that uses a semi-automated process for surface finishing of FDM (Fused Deposition Modeling) or similar technology parts. -The build size should be less than 12" x 12" X 12" with the materials thickness no greater than.015 in. -The system should have an ease of use and clean up -The system should come with CAD software and software to control the automation process. (WINDOWS/MAC) -Network Connectivity: 10/100 base T connection. Ethernet protocol. -Power Requirements: 110-120 VAC, 60Hz -Dimensions no greater than: (excluding stands) 34" x 30" x 46" -Max weight: 350 lbs. (2) 3D Scanner (Quantity: 1) -At a minimum, product must meet the following salient specifications: -High resolution and accurate portable lightweight handheld 3D laser scanner with self-positioning technology. -Simple connectivity with USB port and scan directly into software packages to support system. -The system should come with CAD software and software to control the automation process. (WINDOWS/MAC) -The system should be versatile and user-friendly to allow the scanning of objects of virtually any size, shape or color in confined spaces. -The system out format needs the greatest flexibility but requires STL. -Minimum hardware specifications: Weight: no greater than 3 lbs Dimensions: no greater than 7" x 11" x 10" unless split into two parts Measurements: at least 10,000 measurements/s Ability to capture texture: Yes 3D resolution: up to 0.005 in 3D point accuracy: up to 0.001 in Working distance:.5 ft - 3 ft Power consumption: 12V ***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 specifications 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
- Zip Code: 22150
- Record
- SN02858512-W 20120830/120829000345-52080fe35032e630b9d3d13c89288c9d (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 |