Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1998 PSA#2159

NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135

59 -- RAPID PROTOTYPE MACHINE SOL RFQ3-108539 DUE 091198 POC Ronald L. Matthews, Contract Specialist, Phone (216) 433-2766, Fax (216) 433-2480, Email Ronald.L.Matthews@lerc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LeRC/date.html#RFQ3-108539. E-MAIL: Ronald L. Matthews, Ronald.L.Matthews@lerc.nasa.gov. This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). 1 each, Rapid Prototype Machine that shall be in accordance with the following specifications: I. The rapid prototyping machine shall use a powder bed as the supply for build material. This machine shall use support material which is not mechanicaly or chemically bound to the build part. The machine shall be capable of reproduction of any geometry without using fabricated support structures. II. Models made from the build material shall be capable of retaining fine feature detail and a smooth surface finish. Material shall be space flight certified. Tensile strength characteristics and elongation shall be in accordance with ASTM D 638. Powder particle size per ASTM D 1921 and vacuum outgassing per ASTM E-595-84. The machine shall use a laser based energy source (100 watt minimum) for the powder sintering. III. The machine shall use stereolitography (STL) files as input for manufacture of 3D components, and run completely unattended following setup procedures until the completion of the model. IV. The sintering machine shall be furnished with all controlling computer hardware, as well as slicing and operation software. V. At a minimum, the model build enevlope of the machine shall be 15 inches by 13 inches by 16 inches with models having a dimensional accuracy of +/-.015" per inch or better. VI. At a minimum, the machine shall be compatible with 220/240V, 3 phase power. VII. Unused material shall be capable of being recycled and reused in the rapid prototyping process. VIII. All training, installation and manuals shall be included with the equipment. The provisions and clauses in the RFQ are those in effect through FAC 97-04. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3599 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to the Lewis Research Center is required within [30 calendar days] ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact [or bid distribution office, by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program (41 U.S. C. 10, 19 U.S.C. 2501-2582) Questions regarding this acquisition must be submitted in writing no later than [9/1/98]. Quotations are due by [4:30pm EST. on 9/11/98] to the address specified above and to the attention of the Bid Depository. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 08/12/98 (D-SN236015). (0224)

Loren Data Corp. http://www.ld.com (SYN# 0311 19980814\59-0005.SOL)


59 - Electrical and Electronic Equipment Components Index Page