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