Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2020 SAM #6674
SOLICITATION NOTICE

34 -- 3D Printer

Notice Date
3/6/2020 5:20:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-20-Q-JK05
 
Response Due
3/16/2020 4:00:00 PM
 
Archive Date
03/31/2020
 
Point of Contact
Jacob Kamelamela, Phone: 18086560995
 
E-Mail Address
jacob.c.kamelamela.civ@mail.mil
(jacob.c.kamelamela.civ@mail.mil)
 
Description
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. (ii) The solicitation number is W912CN-20-Q-JK05 and this solicitation is issued as request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96, effective 06 November 2017. (iv) This is a Full and Open competition solicitation and the associated NAICS code is 333249. (v) A list of contract line item number(s) and items, quantities and units of measure: Clin 0001: One (1) EA 3D Printer the following salient characteristics: 1EA FFF FDM with the following Salient Characteristics: Application- Production,�Prototyping Industry- Aerospace,�Automotive,�Consumer products,�Medical Printer type- Filament� Certifications- CE Printable material(s)� ABS, ASA, Nylon, PC, ULTEM 3D print size- range(s) mid to extra-large formats (Due to advanced prototyping of mechanical parts) �Print size millimeters (xyz)- min. 380 x 330 x 250 mm � (must be able to print up to) max. 723.9 x 381 x 723.9 mm� �������������������������������������� Print size inches (xyz)- min.15 x13 x 10 inches - max. 28.5 x 15 x 28.5 inches Layer height- 127 - 330 Microns Closed print chamber- Yes, fully enclosed Connectivity- 10/100 base T connection. Ethernet protocol. Power requirements- 208VAC 3 phase, 50/60 Hz, consumes 18 Amps (Work place has additional outlets that meets this power requirement. Additional power requirements would delay customer support due to funding availability.) Outer dimensions inches (xyz)- 51 x 35.5 x 78.1 inches�� (Due to area of work space) Outer dimensions millimeters (xyz)- 1295 x 902 x 1984 mm� (Due to area of work space) (vi) Description of requirements to be acquired: 3D Printer (vii) Date and place of delivery and acceptance and FOB destination: 3D printer as listed no more than 30 � 45 days. Then delivery at the following address: 25th Infantry Division, 536th SMC 587 Capron Ave Bldg. 990 Schofield Barracks, HI 96857 �(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision 52.212-2, Evaluation -- Commercial Items, will be used, and the specific evaluation criteria included are technical and price. ** Basis for Award: The request for quotation uses streamlined acquisition procedures pursuant to FAR Part 12 and FAR Part 13 as authorized. The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be based on the lowest priced offer meeting solicitation requirements, such as terms and conditions, salient characteristics, and representations and certifications in order to be eligible for award. (x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-20 Predecessor of Offeror (JUL 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.209-2� Prohibition On Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6�� Brand Name or Equal (AUG 1999) 52.219-28, Post Award Small Business Program Representation 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) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. ����� (OCT 2015) 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) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights ����������� (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A� System for Award Management Alternate A (FEB 2014) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7993 (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) (SEP 2015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications. 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea, Basic (xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xv) The due date for offers is March 16, 2020 time @ 1300 hrs Hawaii Time. (xvi) The individual to contact for information regarding the solicitation is Jacob Kamelamela at jacob.c.kamelamela.civ@mail.mil� 1-808-656-0995 or Lisa Nakamoto at lisa.k.nakamoto.civ@mail.mil 1 808 656 0997.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/886f63589a0b4828ac4add54a087acd2/view)
 
Place of Performance
Address: Schofield Barracks, HI, USA
Country: USA
 
Record
SN05582089-F 20200308/200307085919 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.