Federal Bid

Last Updated on 24 Jul 2020 at 12 PM
Combined Synopsis/Solicitation
Bethesda Maryland

FDM 3D Printer

Solicitation ID NIMH20003912RFQ
Posted Date 24 Jul 2020 at 12 PM
Archive Date 11 Aug 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892

STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS

COMBINED SYNOPSIS / SOLICITATION

COMPETITIVE

Title: FDM 3D Printer

 (i)        This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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.

(ii)        The solicitation number is NIMH20003912RFQ and the solicitation is issued as a request for quotation (RFQ).

This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. 

(iii)       The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 dated 7/2/20.

(iv)       The associated NAICS code 423830 and the small business size standard is 100 employees.  This requirement is full and open with no set-aside restrictions.

(v)        By using the latest technology in Rapid Prototyping, the Section on Instrumentation (SI) engineering group is able to increase productivity and effectiveness while at the same time decreasing the amount of time needed to engineer and fabricate the components. SI requires a large format FM 3D Printer to produce working models.

(vi)       Purchase Description:

FDM 3D Printer with maintenance

Salient characteristics:

Refer to Attachment 1: Product Description for a complete description of salient characteristics.

Quantity:

1 machine

(vii)      Delivery Date:

Base Year: (Months 0 - 12) 60 days ARO

Option year 1: Preventive maintenance option

Option year 2: Preventive maintenance option

Option year 3: Preventive maintenance option

Place of Delivery/Acceptance:

National Institutes of Health

13 South Drive

Bethesda, MD 20892

FOB: Destination

(viii)     The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.

(ix)       The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition. 

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement.  The agency will first evaluate offerors’ prices, and then evaluate the apparent lowest-priced quote to determine if it is technically acceptable. If the lowest-price quote is evaluated as unacceptable, then the agency will consider the acceptability of the next lowest-price quote, continuing this process as necessary.

Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(x)        Offerors are to include a completed copy of Attachment 2: FAR Provisions 52.204-24, 52.204-26 and 52.212-3 with its quote.

(xi)       The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition.  

(xii)      FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition.  See Attachment 3 for FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 that are applicable to this acquisition and Additional Terms and Conditions

(xiii)     The following additional contract requirement(s) or terms and conditions as determined by the Contracting Officer are necessary for this acquisition and consistent with customary commercial practices.

Warranty:

First year standard warranty. Three one (1) year preventive maintenance option periods after the end of the 12- month warranty.  

(xiv)     The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xv)      Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service.  The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.  Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”

(xvi)     Closing Information

All responsible sources may submit a quotation which will be considered by the agency.  All responses must be received by 5:00 PM, July 27, 2020 and reference number NIMH20003912RFQ.  Responses must be submitted electronically (e-mail) to [email protected].  Fax responses will not be accepted.

Any questions must be submitted by 5:00 PM EST on July 20, 2020.  All questions must be submitted electronically (e-mail) to [email protected] and reference number NIMH20003912RFQTelephone inquiries will not be honored.

(xvii)     Attachments

Attachment 1 – Purchase Description

Attachment 2 – FAR Provisions 52.204-24, 52.204-26 and 52.212-3

Attachment 3 – FAR Clauses 52.212-4, 52.212-5, and Additional Terms and Conditions

Attachment 4 - NIMH20003912RFQA01 Questions and Answers added 7/24/20

Bid Protests Not Available

Similar Past Bids

Keyport Washington 04 Aug 2015 at 9 PM
Sheppard air force base Texas 05 Feb 2014 at 2 PM
Sheppard air force base Texas 18 Jul 2012 at 3 PM
Location Unknown 08 Mar 2018 at 7 PM
Center Kentucky 25 Mar 2011 at 5 PM