3D Printer Maintenance Service

Agency: DEPT OF DEFENSE
State: Pennsylvania
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Jan 30, 2023
Due: Feb 10, 2023
Solicitation No: FA671223Q0002
Publication URL: To access bid details, please log in.
Follow
3D Printer Maintenance Service
Active
Contract Opportunity
Notice ID
FA671223Q0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFRC
Office
FA6712 911 AW LGC
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 30, 2023 10:47 am EST
  • Original Date Offers Due: Feb 10, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J036 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Coraopolis , PA 15108
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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.



Solicitation number FA671223Q0002 is issued as a Request for Quotation (RFQ). This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2023-01.



This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote.



This acquisition is a full and open competition under NAICS Code 811310 with a size standard of $12.5 Million.



The Defense Priorities and Allocations System (DPAS) rating program does not apply. The following Provisions and Clauses (and any Addendum) are applicable to this requirement (See Attachment 3): 52.212-1, Instructions to Offerors— Commercial Products and Commercial Services; 52.212-2, Evaluation—Commercial Products and Commercial Services; 52.212-4, Contract Terms and Conditions— Commercial Products and Commercial Services; and 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services.



Quotes are due to the Contracting Office no later than 10 February 2023 at 3:00 PM EST. Submit electronic quotes via email to ryan.scott.34@us.af.mil valid for a period of not less than 30 days. Quotes received after the due date and time may be considered "late" and ineligible for award consideration. All questions will be due no later than 03 February 2023 at 3:00 PM EST to be considered timely.



Description of Requirement: The 911th Airlift Wing requires the procurement of a comprehensive annual maintenance plan which will be used for its Stratasys Fortus 900 MC 3D printer (S/N L2029) (P/N 125-60000) in accordance with this RFQ and Attachment 1, Statement of Work (SOW). This will be a five-year purchase order consisting of a base and four options years, including a 6-month optional extension per FAR 52.217-8.



Enter pricing for the above on Attachment 2, Quote Template.



This quote shall be effective for 30 days after submission of quote.



Please provide the following information:



Company Name:



UEI #:



CAGE Code:



Phone #:



Discount Payment Terms:



Point(s) of Contact:



Special Notes and Instructions:




  1. The 911th Contracting Office MSG/PK will issue a purchase order to the vendor who is determined to represent the best value to the Government. For this RFQ, best value means award shall be made to the Offeror who is determined technically acceptable, has quoted the lowest price, and has been determined responsible IAW FAR Part 9.

  2. The Government intends to award a purchase order without interchanges with respective Offerors. The Government, however, reserves the right to conduct interchanges if deemed in its best interest.

  3. To be eligible for award, registration with the System for Award Management (SAM) must be current. To register or update a SAM.gov account that is not current go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information.

  4. Interested parties are advised to review this website frequently for potential updates or amendments (changes) to any documents.



Addendum to FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services



(c) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers.



(e) Multiple Offers. Not applicable.



(h) Multiple Awards. Not Applicable.





Addendum to FAR 52.212-2 Evaluation—Commercial Products and Commercial Services



The provision is tailored as follows:



1. Basis for Award.



a) This acquisition is being conducted with full and open competition IAW FAR Parts 12 – Acquisition of Commercial Products and Commercial Services and 13 – Simplified Acquisition Procedures. Quotes will be reviewed using the Lowest Price Technically Acceptable (LPTA) evaluation method.



b) The Government will award a single Firm-Fixed-Price five-year (base year plus four option periods with an optional 6-month extension) purchase order to the technically acceptable Offeror with the lowest Total Evaluated Price (TEP) who is deemed responsible IAW FAR 9.104 and whose quote conforms to all stated terms, conditions, representations, certifications, required by this RFQ. Unless identified otherwise, by submission of a quote, the Offeror has agreed to all requirements included herein. Failure to meet a requirement may result in a quote being determined ineligible for award.



c) It is the Government’s intent to evaluate quotes and award a purchase order without interchanges with Offerors. Therefore, the Offeror's initial quote should contain the Offeror's best terms from a price, and technical standpoint. However, the Government reserves the right to conduct interchanges if the Contracting Officer later determines them to be necessary.





1.1 Evaluation Process. Offers will be ranked from lowest to highest based on the TEP, followed by an evaluation of the technical acceptability of the lowest three TEP quotes. If the Government deems it necessary, a technical evaluation of additional quotes, in order of TEP, may be conducted. A price analysis may be conducted to determine if the lowest price technically acceptable offer is fair and reasonable. A single award will then be made to the Offeror who has been determined responsible and has submitted the lowest, technically acceptable, TEP.



​​​​​​​1.1.1 Price Evaluation. An Offeror's proposed TEP will be determined by multiplying the quantity identified in the Price Schedule by each proposed unit price to obtain an extended amount. The extended amounts for the base and each option year will then be added together and become the Offeror’s TEP. Note: The Government may determine that a quote is unacceptable if the option prices appear significantly unbalanced.



The purchase order will include FAR Clause 52.217-8, Option to Extend Services, with the potential to extend the purchase order an additional 6 months beyond the awarded performance period. The price for that period will be determined based on the unit price proposed for the current option period and will be evaluated at time of award. In the event the Government requires continued performance, the Government's evaluation of prices proposed will be considered fair and reasonable as applied to an extension of service.



​​​​​​​1.1.2 Technical Evaluation. If the Government receives three (3) or fewer quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes and then evaluate them for Technical Acceptability.



To confirm the capability, and therefore, acceptability, of the Offeror to meet the Government’s requirements as outlined in Attachment 1, Statement of Work (SOW) the Offeror shall submit with their quote, a clear, and concise Technical Capability Narrative that includes sufficient detail to substantiate the validity of the Offeror’s stated claim(s) that they are able to meet the requirement. The narrative shall not simply rephrase, reiterate, or restate the Government's own language, but rather shall provide convincing rationale describing how the Offeror intends to fulfill the requirement. Legibility, clarity, and coherence are very important. The narrative should include as specifically as possible, the actual methodology that will be used for accomplishing and satisfying the SOW’s stated requirement(s). The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the technical evaluation will be solely based on the information presented in the Offeror's Technical Capability Narrative. The Offeror’s Technical Capability Narrative must, at a minimum, address how the Offeror intends to meet the following SOW technical requirements (Note: this list may not be all inclusive):



1. Provide unlimited regular and emergency maintenance for a Stratasys 900 MC 3D printer through a trained field service representative.



2. Provide at least one (1) preventative maintenance efforts, including calibration, per year, per machine, through a trained field service representative.



3. Include a preventative maintenance kit for machine during every preventative maintenance effort.



4. Provide and install all OEM replacement parts for defective or worn machine parts, including print heads and non-consumable parts, that may be required during the life of the contract for the Stratasys 900 MC printer.



5. Provide required replacement and spare part items required as a part of preventative maintenance. Parts must be OEM.



6. Perform acceptance testing of the Stratasys 900 MC printer through a trained technician upon completion of work (assembly and installation as a part of maintenance).



7. As a part of required maintenance efforts on the Stratasys 3D printer, perform required assembly and installation through a trained technician as a part of maintenance efforts.



8. Provide priority service scheduling of a trained field service representative for reported maintenance issues.



9. Provide software updates as released by the OEM manufacturer.





​​​​​​​1.2 Ratings: Upon evaluation of the Technical Capability Narrative, the following rating will be assigned:



(i) Acceptable: The Offeror has provided sufficient information within their Technical Capability Narrative for the Government to evaluate and confirm their capability to meet all the requirements of the SOW.



(ii) Unacceptable: The Offeror has not provided sufficient information within their Technical Capability Narrative; therefore, the Government cannot confirm their capability to meet the requirements of the SOW.





1.3 Interchanges (Definition):



Interchanges can be informal or formal. The Contracting Officer may use e-mail, send an Interchange Notice (IN) or phone call, etc., asking for clarifications, change pages, revisions, or other documentation. The Government may conduct interchanges with one, some, none, or all Offerors at its discretion. Only quotes rated technically acceptable, either initially or because of interchanges, will be eligible for award.



Attachments:




  1. Statement of Work Dated January 30th 2023

  2. Quote Template

  3. Clauses and Provisions

  4. Wage Determination No. 15-4235 Rev. No. 22 Dated 27 Dec 2023


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 2375 DEFENSE AVE
  • CORAOPOLIS , PA 15108-4495
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 30, 2023 10:47 am ESTCombined Synopsis/Solicitation (Original)

Related Document

Feb 2, 2023[Award Notice (Original)] 3D Printer Maintenance Service
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow US Army Heritage and Education Center Digitization Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 12/21/2024

ADVERTISEMENT INFORMATION General Information Department for this solicitation: Procurement Date Prepared: 07/19/19 Types:

State Government of Pennsylvania

Bid Due: 7/31/2024

Status Ref# Project Close Date Days Left Action Open Shiremanstown Borough, Cumberland County

Lower Merion Township

Bid Due: 5/08/2024

ADVERTISEMENT INFORMATION General Information Department for this solicitation: Procurement Date Prepared: 03/13/24 Types:

State Government of Pennsylvania

Bid Due: 12/31/2028

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.