Federal Bid

Last Updated on 22 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Lakehurst New jersey

34--OPTION - Additive Manufacturing (AM) Powder Blown System

Solicitation ID N68335-17-R-0191
Posted Date 06 Mar 2018 at 3 AM
Archive Date 22 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Lakehurst New jersey United states 08733
AMENDMENT NOTICE: 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. The solicitation number is N68335-17-R-0191 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 333517 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-03-26 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Joint Base MDL, NJ 08733

The NAWC-AD Lakehurst requires the following items, Meet or Exceed, to the following:
Base Period of Performance: 04/25/2018 - 04/24/2019
LI 001: AM Powder Blown System and Installation in accordance with Statement of Work and System Specification., 1, EA;
LI 002: Basic Training in support of BASE YEAR Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 003: Follow-up Training in support of BASE YEAR Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 004: Maintenance Agreement in support of BASE YEAR Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 005: Spare Parts and Service Kit in support of BASE YEAR Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 006: Technical data in support of BASE YEAR Item No. 001 in accordance with Statement of Work, System Specification and Contract Data Requirements Lists (CDRLs). This Item No. is Not-Separately-Priced (NSP)., 1, LOT;
Option 1 Period of Performance: 04/25/2019 - 04/24/2020
LI 001: Preventative Maintenance in support of BASE YEAR-Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 002: Spare Parts/Service Kit Preventative Maintenance in support of BASE YEAR-Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 003: Technical data in support of BASE YEAR- Item No. 001 in accordance with Statement of Work, System Specification and Contract Data Requirements Lists (CDRLs). This Item No. is Not-Separately-Priced (NSP)., 1, LOT;
LI 004: Optional AM Powder Blown System and Installation in accordance with Statement of Work and System Specification., 1, EA;
LI 005: Basic Training in support of OPTION YEAR 1-Item No. 004 in accordance with Statement of Work and System Specification., 1, LOT;
LI 006: Follow-up Training in support of OPTION YEAR 1-Item No. 004 in accordance with Statement of Work and System Specification., 1, LOT;
LI 007: Maintenance Agreement in support of OPTION YEAR 1-Item No. 004 in accordance with Statement of Work and System Specification., 1, LOT;
LI 008: Spare Parts and Service Kit in support of OPTION YEAR 1-Item No. 004 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 009: Technical data in support of OPTION YEAR 1-Item No. 004 in accordance with Statement of Work, System Specification and Contract Data Requirements Lists (CDRLs). This Item No. is Not-Separately-Priced (NSP)., 1, LOT;
Option 2 Period of Performance: 04/25/2020 - 04/24/2021
LI 001: Preventative Maintenance in support of BASE YEAR-Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 002: Spare Parts/Service Kit in support of BASE YEAR-Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 003: Technical data in support of BASE YEAR-Item No. 001 in accordance with Statement of Work, System Specification and Contract Data Requirements Lists (CDRLs). This Item No. is Not-Separately-Priced (NSP)., 1, LOT;
LI 004: Preventative Maintenance in support of OPTION 1-Item No. 004 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 005: Spare Parts/Service Kit in support of OPTION 1-Item No. 004 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 006: Technical data in support of OPTION 1-Item No. 004 in accordance with Statement of Work, System Specification and Contract Data Requirements Lists (CDRLs). This Item No. is Not-Separately-Priced (NSP)., 1, LOT;
Option 3 Period of Performance: 04/25/2021 - 04/24/2022
LI 001: Preventative Maintenance in support of BASE YEAR-Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 002: Spare Parts/Service Kit in support of BASE YEAR-Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 003: Technical data in support of BASE YEAR-Item No. 001 in accordance with Statement of Work, System Specification and Contract Data Requirements Lists (CDRLs). This Item No. is Not-Separately-Priced (NSP)., 1, LOT;
LI 004: Preventative Maintenance in support of OPTION 1-Item No. 004 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 005: Spare Parts/Service Kit in support of OPTION 1-Item No. 004 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 006: Technical data in support of OPTION 1-Item No. 004 in accordance with Statement of Work, System Specification and Contract Data Requirements Lists (CDRLs). This Item No. is Not-Separately-Priced (NSP)., 1, LOT;
Option 4 Period of Performance: 04/25/2022 - 04/24/2023
LI 001: Preventative Maintenance in support of BASE YEAR-Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 002: Spare Parts/Service Kit in support of BASE YEAR-Item No. 001 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 003: Technical data in support of BASE YEAR-Item No. 001 in accordance with Statement of Work, System Specification and Contract Data Requirements Lists (CDRLs). This Item No. is Not-Separately-Priced (NSP)., 1, LOT;
LI 004: Preventative Maintenance in support of OPTION 1-Item No. 004 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 005: Spare Parts/Service Kit in support of OPTION 1-Item No. 004 in accordance with Statement of Work AND System Specification., 1, LOT;
LI 006: Technical data in support of OPTION 1-Item No. 004 in accordance with Statement of Work, System Specification and Contract Data Requirements Lists (CDRLs). This Item No. is Not-Separately-Priced (NSP)., 1, LOT;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty IAW the Statement of Work, System Specifications and Contract Data Requirements Lists (CDRLs).

Bid MUST be good for 60 calendar days after close of Buy.

Shipping must be free on board (FOB) DESTINATION - CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

IN ACCORDANCE WITH THE ATTACHED "APPLICABLE CONTRACT PROVISIONS AND CLAUSES" DOCUMENT.

Bid Protests Not Available

Similar Past Bids

Lakehurst New jersey 28 Mar 2017 at 1 PM
Cleveland Ohio 07 Jan 2021 at 4 PM
Huntsville Alabama 09 Sep 2020 at 9 PM
Huntsville Alabama 03 Oct 2022 at 4 PM
Stennis space center Mississippi 02 Sep 2021 at 10 AM

Similar Opportunities

Location Unknown 08 Jul 2025 at 4 AM
Warren Oregon 31 Dec 2025 at 5 AM (estimated)
Yigo Guam 09 Jul 2025 at 1 PM
Jacksonville Florida 28 Oct 2025 at 6 PM