SOLICITATION NOTICE
36 -- 3D Printer System - Attachment #1 - Statement of Work
- Notice Date
- 3/8/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333244
— Printing Machinery and Equipment Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA16578527Q-AGS
- Archive Date
- 4/1/2016
- Point of Contact
- Gary A. Shelley, Phone: 6506040065, Starr Strong, Phone: 6506044699
- E-Mail Address
-
gary.a.shelley@nasa.gov, starr.l.strong@nasa.gov
(gary.a.shelley@nasa.gov, starr.l.strong@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for 3D Printer System The National Aeronautics and Space Agency's (NASA) Ames Research Center (ARC) has a requirement for a 3D Printer System to be used to prototype advanced aerostructures and conduct aeromechanical systems research. This notice is a combined synopsis/solicitation (#NNA16578527Q-AGS) 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. NASA/ARC's requirement is to purchase one (1) 3D Printer System to be delivered to NASA Ames Research Center, Moffett Field, CA. The detailed specifications for this unit and further information are provided in Attachment #1 - Statement of Work (SOW). Please Note - Offerors must meet the minimum specific requirements listed in Section 3: "Applicable Documents" and Section 4: "Description of Tasks/Technical Requirements" of the SOW, Summary of Requirements in the SOW in order to be considered for this award. Submitted offers not meeting the minimum specific requirements will be considered non-responsive. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13.The provision and clauses in this RFQ are those in effect through FAC 2005-85 dated 4 January 2016. This is a 100% small business set-aside RFQ. The North American Industry Classification System (NAICS) code is 333244. Offerors must list this NAICS code (333244) in their company's System for Award Management (SAM) registration to be considered for award. Questions regarding this acquisition must be submitted in writing (by e-mail only) no later than 5:00 PM (PST) March 11, 2016. It is the Offeror's responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice and amendments (if any). All responsible sources may submit an offer. Proposals are due no later than 3:00 PM (PST) on March 17, 2016, to Contract Specialist, Gary Shelley at gary.a.shelley@nasa.gov, and shall include a firm fixed price for each of the following items listed below. A proposed delivery date, a taxpayer identification number (TIN), NAICS code and business size, identification of any special commercial terms and signed by an authorized company representative shall also be provided. Item 001 - 3D Printer, warranty and starter kit (if applicable); Item 002 - Installation and Training Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://www.gsa.gov/portal/forms/type/TOP Offerors shall provide the information required by FAR 52.212-1, Instruction to Offerors-Commercial Items, which is incorporated by reference. Please note paragraphs (j) and (k) that require all offerors to have a DUNS number and current SAM registration. FAR 52.212-2, Evaluation Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The Government is not responsible for locating or securing any information which is not provided in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Offerors shall provide the information required by FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If the offeror has already entered their representations and certifications at the Online Representations and Certifications Application (ORCA) at https://www.sam.gov/, offerors are only required to complete paragraph (b) of the provision. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Submission of Invoices (ARC 52.232-90), 52.247-34 F.O.B. Destination, 1852.225-70 Export Licenses, 1852.237-73. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified FAR clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6, Notice of Total Small Business Aside, 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination. The following NFS clause will also be incorporated into the resultant purchase order: NFS 1852.215-84 Ombudsman. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm The NASA FAR Supplement may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Information about major upcoming NASA/ARC procurement actions is available at www.fbo.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA16578527Q-AGS/listing.html)
- Place of Performance
- Address: NASA Ames Research Center, Building 255-3, Receiving Station, Moffett Field, California, 94035-0001, United States
- Zip Code: 94035-0001
- Zip Code: 94035-0001
- Record
- SN04042993-W 20160310/160308234909-adc02cdce6e878abd445144269b277ba (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 |