MODIFICATION
36 -- One (1) Metal 3D Printer and One (1) Composite 3D Printer - COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
- Notice Date
- 8/10/2018
- Notice Type
- Modification/Amendment
- NAICS
- 333244
— Printing Machinery and Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX18Q0065
- Archive Date
- 8/30/2018
- Point of Contact
- Ariel M. Amey, Phone: 3013941081
- E-Mail Address
-
ariel.m.amey.civ@mail.mil
(ariel.m.amey.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Provisions and Clauses Full Text Attachment COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS (i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one (1) manufacterer's product under the authority of FAR 13.106-1(b)(1)(i) - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, and brand name descriptions. The name of the company the Government intends to award a contract to is Markforged, Inc., 85 School St, Watertown, MA 02472-4251 (CAGE Code: 72VZ3), or a Markforged, Inc. authorized reseller. (ii) The solicitation number is W911QX18Q0065. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, effective 16 July 2018. (iv) The associated NAICS code is 333244. The small business size standard is 750 EMPLOYEES. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: One (1) 3D printer capable of additively manufacturing metal alloy parts, in accordance with the following salient characteristics: • Shall process using Atomic Diffusion Additive Manufacturing • Shall contain materials including 17-4 and 316L stainless steels, 6061 and 7075 aluminums, IN 625 Inconel, A-2 and D-2 tool steel, and Ti-6Al-4V titanium • Shall contain a maximum of 50 micron resolution. • Shall build volume no less than 300 mm x 220 mm x 180 mm • Shall accept 3D modeling files, including the "stereolithography" (.STL) file format • Shall not require a connection to the Internet to accept modeling files and complete the printing process in perpetuity • Shall contain automatic tool path determination with ability to manually edit • Shall operate from standard 120V, 20A wall outlet • Shall automatically release from build platform • Shall print captive hollow parts • Shall contain 200 cm3 of ceramic support material • Shall contain 20 kg of stainless steel material • Shall contain one (1) debinding station that operates from standard 120V, 20A wall outlet. • Shall contain one (1) sintering over that operates from standard 120V, 20A wall outlet. CLIN 0002: One (1) 3D printer capable of additively manufacturing composite parts, in accordance with the following salient characteristics: • Shall contain materials including fiberglass, carbon fibe, and Kevlar® composite • Shall contain a maximum of 50 micron resolution • Shall accept 3D modeling files, including the "stereolithography" (.STL) file format • Shall not require a connection to the Internet to accept modeling files and complete the printing process in perpetuity • Shall operate from standard 120V, 20A wall outlet • Shall contain automatic tool path determination with ability to manually edit • Shall contain 50 cm3 of fiberglass composite material • Shall contain 100 cm3 of carbon fiber composite material • Shall contain 50 cm3 of Kevlar® composite material (vi) Description of requirements: N/A - See above requirements (vii) Delivery is required nine (9) months after contract award (ACA). Delivery shall be made to the U.S Army Research Laboratory, 6375 Johnson Road, Aberdeen Proving Ground, MD, 21005. Acceptance shall be performed at U.S Army Research Laboratory, 6375 Johnson Road, Aberdeen Proving Ground, MD, 21005. The FOB point is DESTINATION. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will not be evaluated. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6: PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-35: EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37: EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-50: COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008: COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011: ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7035, BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2012) 252.225-7036, BUY AMERICAN--FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.225-7050: DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR/DFARS CLAUSES BY REFERENCE: 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7012: SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) FAR/DFARS FULL TEXT/FILL-IN CLAUSES: 52.252-1: PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) LOCAL FILL-IN CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) RECEIVING ROOM - APG EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL PAYMENT TERMS FOREIGN NATIONALS PERFORMING (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due on 15 August 2018, by 11:59AM EST, at 2800 Powder Mill Road, Adelphi, MD 20783-1197. (xvii) For information regarding this solicitation, please contact: Ariel Amey, 301-394-1081, ariel.m.amey.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eef5bc7bb015ca7738acebc5e8fc2466)
- Place of Performance
- Address: U.S. Army Research Laboratory, 6375 Johnson Road, Aberdeen Proving Ground, MD, 21005, USA, United States
- Record
- SN05032534-W 20180812/180810231316-eef5bc7bb015ca7738acebc5e8fc2466 (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 |