Stratasys 3D Printer System and Accessories

Agency: DEPT OF DEFENSE
State: Rhode Island
Level of Government: Federal
Category:
Opps ID: NBD00159434866820606
Posted Date: Jul 24, 2023
Due Date: Jul 31, 2023
Solicitation No: N6660423Q0680
Source: Members Only
Follow
Stratasys 3D Printer System and Accessories
Active
Contract Opportunity
Notice ID
N6660423Q0680
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 24, 2023 09:06 am EDT
  • Original Date Offers Due: Jul 31, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7E20 - IT AND TELECOM Ð END USER: HELP DESK;TIER 1-2, WORKSPACE, PRINT, PRODUCTIVITY TOOL (HW/PERPETUAL SW)
  • NAICS Code:
    • 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing
  • Place of Performance:
    Newport , RI 02841
    USA
Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.



Request for Quotation (RFQ) number is N6660423Q0680. This requirement is being solicited as 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this acquisition is 334118. The Small Business Size Standard is 1,000 employees. The Product Supply Code (PSC) is 7E20. This requirement is for Brand Name Stratasys 3D Printer and accessories to include shipping FOB Destination to Newport, RI 02841:





CLIN 0001 F370CR Printer System (370CR Printer System (110V/220V/50-60Hz, 12 Amp). Includes: 1 ea F370CR System, 1 ea F370 Start-up Kit, 1 60 ci Spool ea: ABSM30 Ivory, 1 60 ci Spool ea: QSR, Support, 1 Box Build Trays – Qty 16, 2 Standard Extrusion Heads, 1 Year Warranty, GrabCAD Print Software, Insight Software License



Part No. 123-80000, Qty 1





CLIN 0002 MTRL, FDM (M), Nylon-CF10, 90CI



Part No. 333-90450, Qty 1





CLIN 0003 Partner Emerald Care Stratasys F370CR



Part No. SC-FDM00233, Qty 1





CLIN 0004 Installation and Training for Stratasys F123 Series/Dimension/Fortus250 – Performed by Reseller



Part No. 400-35000-RES, Qty 1





CLIN 0005 F123 Series CR Extrusion Head



Part No. 123-00602-S, Qty 1





CLIN 0006 SCA 3600 Cleaning System, SCA 3600 Cleaning System '-16"x16"x14" (406x406x356mm) Work Envelope



Part No. 570-10800, Qty 1



Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, brand name only, no substitutions. Required delivery is F.O.B. Destination, Naval Station Newport, Rhode Island.





BRAND NAME SPECIFICATION:





Additive Manufacturing (AM) has been revolutionary for designers at Naval Undersea Warfare Center (NUWC) for producing prototypes, test fits, and end-use parts. The ability to create parts rapidly in-house cuts down ordering/shipping time and cuts expensive machining costs. The Stratasys AM equipment listed in the above CLIN structure uses software already installed and approved on lab computers. If another brand of AM equipment was selected, NUWC would need to learn and approve a new and unfamiliar software, which could result in unnecessary cyber vulnerabilities that need to be addressed, increasing total cost to integrate. The Information Technology (IT) department within Code 15 has already approved the Stratasys software utilized with this equipment.





If a 3D printer with the capability for FDM high strength composites is not purchased, NUWC engineers and programs will remain limited to existing in-house prototyping capabilities, reducing potential cost savings and warfighter advancement. Currently the Stratasys system that NUWC has is in use 24/7 has reached end-of-life and is no longer supported by Stratasys which has already resulted in extended down time due to maintenance issues. The Stratasys F370CR achieves higher accuracy that will improve NUWC Newport’s capacity to provide its customers with high quality prototypes, tools, and end-use parts. The F370CR enables increased mechanical strength with its carbon fiber composites. Additionally, the ABS, ASA, TPU, PC-ABS, ABS-CF, and Nylon-CF filaments have high potential for R&D such as molds for sensors, improved mechanical properties, assembly part reduction, and enhanced durability, all while maintaining a low electrical and magnetic signature. The multi-material capability of this brand enables more advanced component development and more efficient prototyping. This eliminates the need for separate printers dedicated to composite and non-composite materials. If this technology is not invested in, these benefits will likely not be realized by NUWC Newport. Stratasys is the only brand that provides multi-material FDM extrusion that supports soluble support and advanced part accuracy; this requirement is determined to be brand name specific.



Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 ‘Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment’ (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM.



F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote.



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:



FAR 52.204-19, Incorporation by Reference of Representations and Certifications;



FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;



FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;



FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”;



FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”;



FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”;



FAR 52.212-1, “Instructions to Offerors – Commercial Items.”;



FAR 52.212-2, “Evaluation – Commercial Items.”;



FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial Items.”;



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.”;



DFARS 252.204-7008, “Compliance with Safeguarding Covered Defense Information Controls.”;



DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”;



DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;



DFARS 252.204-7019, “NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;



DFARS 252.204-7020, “NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;



DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”



DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”;



DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”;



DFARS 252.246-7008, “Sources of Electronic Parts.”;





Additional terms and conditions:



In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.



Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.



Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.



The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.



In order to be determined technically acceptable the offeror shall:




  1. Quote the Brand Name specified in their required quantities. The offeror shall submit detailed specs with quote;

  2. Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only. Grey market items are unacceptable.



Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.



Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on 31 July 2023. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.


Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 24, 2023 09:06 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >