SOLICITATION F3QCCL8019A002 is issued as a request for quotation (RFQ)
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. This announcement
constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This
solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ)
No. F3QCCL8019A002. This solicitation will be solicited sole source to Stratasys, Inc. (CAGE: 1GKB4).
SMALL BUSINESS SIZE STANDARD
(a) NAICS: 811212
(b) No. of Employees: N/A
(c) Dollars: $27.5 M
REQUIREMENT:
CLIN 0001: Complete system maintenance services to support CMXG CMM Lab and Additive
Manufacturing at Robins AFB, GA. In addition to preventative maintenance, the contractor shall
provide all service/repair parts required for service/repair and unlimited emergency service visits
in support of the Stratasys Fortus 900MC machine, (S/N: L0579). The contractor shall also
provide technical phone support and software maintenance releases for the duration of the
contract IAW attached PWS dated 23 January 2018.
CLIN 0002: Data CLIN for CDRL A001 - Maintenance Service Report (Not Separately Priced
(NSP))
CLIN 0003: Data CLIN for CDRL A002 - Software/Firmware Change Request (NSP)
CLIN 0004: Data CLIN for CDRL A003 - Contractor's Standard Operating Procedures (NSP)
CLIN 0005: Data CLIN for CDRL A004 - Accident/Incident Report (NSP)
CLIN 1001: Option Period I: Complete system maintenance services to support CMXG CMM
Lab and Additive Manufacturing at Robins AFB, GA. In addition to preventative maintenance,
the contractor shall provide all service/repair parts required for service/repair and unlimited
emergency service visits in support of the Stratasys Fortus 900MC machine, (S/N: L0579). The
contractor shall also provide technical phone support and software maintenance releases for the
duration of the contract IAW attached PWS dated 23 January 2018.
CLIN 1002: Option Period I: Data CLIN for CDRL A001 - Maintenance Service Report (NSP)
CLIN 1003: Option Period I: Data CLIN for CDRL A002 - Software/Firmware Change Request
(NSP)
CLIN 1004: Option Period I: Data CLIN for CDRL A003 - Contractor's Standard Operating
Procedures (NSP)
CLIN 1005: Option Period I: Data CLIN for CDRL A004 - Accident/Incident Report (NSP)
CLIN 2001: Option Period II: Complete system maintenance services to support CMXG CMM
Lab and Additive Manufacturing at Robins AFB, GA. In addition to preventative maintenance,
the contractor shall provide all service/repair parts required for service/repair and unlimited
emergency service visits in support of the Stratasys Fortus 900MC machine, (S/N: L0579). The
contractor shall also provide technical phone support and software maintenance releases for the
duration of the contract IAW attached PWS dated 23 January 2018.
CLIN 2002: Option Period II: Data CLIN for CDRL A001 - Maintenance Service Report (NSP)
CLIN 2003: Option Period II: Data CLIN for CDRL A002 - Software/Firmware Change Request
(NSP)
CLIN 2004: Option Period II: Data CLIN for CDRL A003 - Contractor's Standard Operating
Procedures (NSP)
CLIN 2005: Option Period II: Data CLIN for CDRL A004 - Accident/Incident Report (NSP)
CLIN 3001: Option Period III: Complete system maintenance services to support CMXG CMM
Lab and Additive Manufacturing at Robins AFB, GA. In addition to preventative maintenance,
the contractor shall provide all service/repair parts required for service/repair and unlimited
emergency service visits in support of the Stratasys Fortus 900MC machine, (S/N: L0579). The
contractor shall also provide technical phone support and software maintenance releases for the
duration of the contract IAW attached PWS dated 23 January 2018.
CLIN 3002: Option Period III: Data CLIN for CDRL A001 - Maintenance Service Report (NSP)
CLIN 3003: Option Period III: Data CLIN for CDRL A002 - Software/Firmware Change Request
(NSP)
CLIN 3004: Option Period III: Data CLIN for CDRL A003 - Contractor's Standard Operating
Procedures (NSP)
CLIN 3005: Option Period III: Data CLIN for CDRL A004 - Accident/Incident Report (NSP)
Period of Performance:
CLIN 0001 - 0005: 15 February 2018 - 14 February 2019
CLIN 1001 - 1005: 15 February 2018 - 14 February 2019
CLIN 2001 - 2005: 15 February 2018 - 14 February 2019
CLIN 3001 - 3005: 15 February 2018 - 14 February 2019
Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should
include your cage code, DUNS number, and taxpayer ID number.
Quotations should be emailed to Quentin Harris (
[email protected]) no later than Monday, 12
February 2018, 1:00 pm EST. The anticipated award date is 15 February 2018. Please do not request award
status prior to this date.
The following clauses are applicable to subject solicitation (current through FAC 2005-96 dated 6 Nov 2017
and DFARS Change Notice DPN 20171228)
FAR 52.204-7 System for Award management
FAR 52.204-13 System for Award Management Maintenance
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representations
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-1 Instructions to Offerors
FAR 52.212-2 Evaluation-Commercial Items: Fill -in: Price
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.217-9 Option to Extend Term of the Contract (First fill in: anytime; second fill in: 30 days; third fill in:
four years)
FAR 52.222-42 Statement of Equivalent rates for Federal Hires
THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION
Employee Class Monetary Wage Fringe Benefits
WG-12 2610 Electronic Integrated
Systems Mechanic
$26.52 1) Contributions of 5.1% of basic
hourly rate for health insurance.
2) Contributions of 7% of basic
hourly rate for retirement.
3) Ten paid holidays.
4) Paid annual leave (vacation) of
two hours each week for
employees with less than three
years of service, three hours each
week for employees with three but
less than fifteen years of service,
and four hours each week for
employees with fifteen or more
years of service.
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation
FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.
FAR 52.247-34 FOB Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as
if they were given in full text. Upon request, the Contracting Officer will make their full text available. The
offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and
submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may
identify the provision by paragraph identifier and provide the appropriate information with its quotation or
offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/vmfara.htm
http://farsite.hill.af.mil/vmdfara.htm
http://farsite.hill.af.mil/vmaffara.htm
FAR 52.252-5 Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition
Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of
"(DEVIATION)" after the date of the regulation
(b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is
Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
DFARS 252.204-7004 Alternate A, System for Award Management.
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252-204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.225-7001 Buy American Act and Balance of Payments Program
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF is the
method used by DoD for processing invoices/receiving reports.)
DFARS 252.232-7010 Levies on Contract Payments
AFFARS 5352.201-9101 Ombudsman - Ms. Kimberly McDonald (
[email protected])
AFFARS 5352.223-9001 Health and Safety on a Government Installation
AFFARS 5352.242-9001 Contractor Access to Air Force Installation
Wage Determination 2015-4495 Rev. 4 applies.
IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov.
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES
OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (NOV 2017)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this
paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition
threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller
General, shall have access to and right to examine any of the Contractor's directly pertinent records
involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and
other evidence for examination, audit, or reproduction, until 3 years after final payment under this
contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the
other clauses of this contract. If this contract is completely or partially terminated, the records relating to
the work terminated shall be made available for 3 years after any resulting final termination settlement.
Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising
under or relating to this contract shall be made available until such appeals, litigation, or claims are
finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and
other data, regardless of type and regardless of form. This does not require the Contractor to create or
maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant
to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required
to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial
items. Unless otherwise indicated below, the extent of the flow down shall be as required by the
clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)),
in all subcontracts that offer further subcontracting opportunities. If the subcontract (except
subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any
public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down
required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec
2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause
52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xii) __X__ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78
and E.O. 13627).
____ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to
Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May
2014) (41 U.S.C. chapter 67.)
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States
(Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year
2008; 10 U.S.C. 2302 Note).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42
U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46
U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph
(d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal
number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR
A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing
Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations
acts, the Government will not enter into a contract with any corporation that--
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative
remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an
agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of
the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a
determination that suspension or debarment is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where
the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of
the corporation and made a determination that this action is not necessary to protect the interests of the
Government.
(b) The Offeror represents that--
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed,
for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being
paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability;
and
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal
law within the preceding 24 months.
(End of provision)
Exhibit/Attachment Table of Contents:
DOCUMENT TYPE DESCRIPTION PAGES DATE
Exhibit A CDRLs A001: Maintenance Service Report 3 pages 27-DEC-2017
Exhibit B CDRL A002: Software/Firmware Change Request 3 pages 08-JAN-2018
Exhibit C CDRL A003: Contractor's Standard Operating Procedures 3 pages 27-DEC-2017
Exhibit D CDRL A004: Accident/Incident Report 3 pages 27-DEC-2017
Attachment 1 Performance Work Statement 5 pages 23-JAN-2018
Attachment 2 Wage Determination 2015-2139 Rev 4 11 pages 26-DEC-2017
Attachment 3 Appendix C 11 pages 29-DEC-2017
Bid Protests Not Available