SOLICITATION NOTICE
34 -- OBJET 350 CONNEX3 3D PRINTER - RMAC 18-7 Salient Characteristics (20171129)
- Notice Date
- 12/11/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-18-Q-0023
- Archive Date
- 1/10/2018
- Point of Contact
- Eric W. Rogers, Phone: 2568768258
- E-Mail Address
-
eric.w.rogers3.civ@mail.mil
(eric.w.rogers3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Requirements Document. In order to qualify as a 'functional equivalent', hardware MUST MEET ALL requirements listed. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Combined Synopsis/Solicitation Number W31P4Q-18-Q-0023 is issued as a full and open competitive request for quote. The US Army Contracting Command-Redstone is soliciting a quote for the purchase of: ONE (1) OBJET 350 CONNEX3TM 3D PRINTER AND ASSOCIATED EQUIPMENT OR ITS FUNCTIONAL EQUIVALENT THIS PROCUREMENT WILL INCLUDE WARRANTY SUPPORT COVERING THE SYSTEM FOR TWELVE (12) MONTHS AFTER INSTALLATION AND ACCEPTANCE. This additive manufacturing printer will be used in the Protection Technology Laboratory for constructing test fixtures in support of the laboratory's mission. For a detailed breakdown of equipment required, see attachment titled "RMAC 18-7 Salient Characteristics (20171129)" In order for a product to be considered as a "functional equivalent", it MUST MEET ALL requirements outlined in the attached "RMAC 18-7 Salient Characteristics" document. Therefore, any submission of "functional equivalent" hardware must contain a detailed capabilities statement addressing EACH of the characteristics/functions outlined in the Salient Characteristics document. Failure to meet any one of these requirements will result in disqualification and the quote will not be considered. The corresponding NAICS code for this procurement is 333249. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following provisions/clauses apply to this acquisition: Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation; Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation - Commercial items; Provision 52.212-3, Offeror Representations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; Clause 52.222-50 Combatting Trafficking in Persons; Clause 52.223-18 Contractor Policy to Ban Text Messaging While Driving; Clause 52.232-39, Unenforceability of Unauthorized Obligations; Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports are applicable to this acquisition. Other clauses may be included in the award if applicable. All responsible sources may submit a capability statement and quotation which shall be considered by the agency. In the event more than one quote is received, the following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement, price, and delivery. All items shall include shipping costs FOB Destination to Redstone Arsenal, AL 35898. Payment will be made via Wide Area Workflow. As a result, the prospective awardee will have to have an assigned cage code and active profile in the System for Award Management (www.sam.gov) before a purchase order can be fully executed. Responses are due no later than 12:00 PM local time (central) December 26, 2017 in the contracting office, Building 5400, Room B-142, Redstone Arsenal, Alabama, 35898. In order for a quote to be accepted, the vendor must provide historical pricing data such as copies of previous invoices or purchase orders to support fair and reasonable pricing. Oral communications are not acceptable in response to this notice. Electronic quotes are preferred, but fax quotes will be accepted. Responses may be submitted to: eric.w.rogers3.civ@mail.mil or via facsimile at 256-876-7737, marked to the attention of Eric W. Rogers.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/06f988879e1b3b18ca97b6817408bdbd)
- Record
- SN04763408-W 20171213/171211231653-06f988879e1b3b18ca97b6817408bdbd (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 |