This solicitation, NB688000-15-03255, is issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84.
The associated North American Industrial Classification System (NAICS) code for this procurement is 333244, with a small business size standard of 500 employees. This is a total small business set-aside. It is being issued using the simplified acquisition procedures under the authority of FAR 13.5 Certain Commercial Items.
This combined synopsis/solicitation is for the following commercial item(s):
CLIN 0001: One (1) SLA Stereolithography Machine
Description of requirements for the items to be acquired:
National Institute of Standard and Technology's (NIST) Division 688 is fabricating microfabricated highly sensitive magnetometers for applications varying from space to non-invasive brain imaging. Currently, NIST uses silicon bulk etching techniques to make the sensor heads.
Recently, NIST has shown that NIST can make sensor heads instead that can be stereolithographically printed from certain high-performance plastics. One advantage is that they do not create magnetic noise from free electron carriers and could therefore increase sensor performance. At the same time, the machine will be used to fabricate the holders for larger sensor arrays that have to be moved with respect to each other, while their position has to be well determined. Since it is ongoing research, NIST will need to test and print a large variety of materials.
The Contractor shall provide all components for one (1) SLA Stereolithography Machine that meets the following minimum technical requirements. The Contractor shall deliver the system, as described below.
TECHNICAL SPECIFICATIONS:
NIST requires an SLA stereolithography machine that can print non-proprietary materials, including Somos Nanotool or an equivalent high-temperature material that can withstand 230 °C (with postcure) and has a tensile strength around 75 MPa. The laser wavelength should be 355 nm +/- 10 nm with a power at the vat of 100 mW +/- 10 mW. The machine has to allow for a high vertical build layer resolution of less than 0.025 mm and beam diameter of less than 0.1 mm. The build volume should be at least 10 x 10 x 10 in (in any mode). It has to have interchangeable vats to allow for a variety of materials. The speed should be close to 5 mm/sec during fabrication.
TECHNICAL CONSIDERATIONS:
Most vendors sell SLA machines that use RFID tags to ensure that only their proprietary materials can be used. This is difficult in a research environment, where material requirements are diverse and variable. The need for a high-temperature material further limited the choice of different models. At the same time NIST needs a good resolution and large build envelope.
DELIVERABLE SCHEDULE:
12 Weeks after receipt of order (ARO)
INSPECTION AND ACCEPTANCE: The vendor needs to install the machine and demonstrate its proper working state by fabricating a sample piece.
BASIS OF AWARD:
Award shall be made to the lowest priced, technically acceptable quoter. This will be a firm fixed price purchase order to the responsible contractor submitting a quote that meets all of the requirements of this RFQ and who has the lowest price.
TECHNICAL CAPABILITY:
Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications.
PRICE:
Price shall be evaluated for reasonableness.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications and deliverable schedule.
FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown above).
The quoter must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov.
FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are:
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-8, Utilizing of Small Business Concerns
52.219-13, Notice of Set-Aside of Orders
52.219-28, Post Award Small Business Program Re-representation
52.222-3, Convict Labor
52.222-19, Child Labor - Cooperation With Authorities And Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Contractor Policy to Ban Text Messaging While Driving
52.225-1, Buy American-Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
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): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm
FAR 52.225-18 - Place of Manufacture
FAR 52.232-13, Notice of Progress Payments
FAR 52.232-16, Progress Payments
CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures
CAR 1352.215-70, Proposal Preparation
CAR 1352.233-70, Agency Protests
CAR 1352.233-71, GAO and Court of Federal Claims Protests
FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm
FAR 52.202-1, Definitions
FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights.
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.247-34, FOB Destination
CAR 1352.201-70, Contracting Officer's Authority
CAR 1352.209-73, Compliance with the Laws
CAR 1352.209-74, Organizational Conflict of Interest
CAR 1352.246-70, Place of Acceptance
(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.
(b) The place of acceptance will be:
NIST
325 Broadway
Shipping and Receiving
Boulder, CO 80305
NIST LOCAL-04 BILLING INSTRUCTIONS
(a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to [email protected].
(b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract.
(c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to:
NIST: Accounts Payable Office
100 Bureau Drive, Mail Stop 1621
Gaithersburg, MD 20899-1621
The Contractor shall submit a Quote, to be received no later than 4 p.m. Mountain Time, Tuesday, September 15, 2015, and must include the following: Company name, address, phone numbers, DUNS number, itemized quote including all minimum specifications. Quotes shall be delivered via email to [email protected].
Please direct any questions regarding this solicitation to Angela Hitt at [email protected] no later than 11:00 a.m. Mountain Time, Friday, September 11, 2015.