Maryland Bids > Bid Detail

2K Print System

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159285593957642
Posted Date: Jul 27, 2023
Due Date: Jul 31, 2023
Solicitation No: NB731070-23-02249
Source: https://sam.gov/opp/382c0b09c8...
Follow
2K Print System
Active
Contract Opportunity
Notice ID
NB731070-23-02249
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY
Office
DEPT OF COMMERCE NIST
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 27, 2023 05:22 am EDT
  • Original Date Offers Due: Jul 31, 2023 08:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3695 - MISCELLANEOUS SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 333248 - All Other Industrial Machinery Manufacturing
  • Place of Performance:
    Gaithersburg , MD 20899
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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; quotations are being requested, and a separate written solicitation document will not be issued. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR PART 13 FOR CERTAIN COMMERCIAL ITEMS.



The Request for Quotations (RFQ) number is NB136000-23-02589. This synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-04 effective June 2, 2023.





Background Information: The National Institute of Standards and Technology (NIST) Engineering Laboratory (EL) Materials and Structural Systems Division (MSSD) studies the durability and service life of infrastructure materials (polymer, concrete, engineered composites) for resilience infrastructure applications. One of the key research focuses is the development of Additive Construction methods, materials, and measurement requirements. Additive construction by extrusion (ACE) has the potential to revolutionize construction by complimenting the existing workforce, eliminating the need to construct formwork, and enabling architectural or structural designs that cannot be achieved by standard practices. As ACE has progressed over the past few years, the development of standards has not kept pace, and the need has become essential to promote the industry and ensure safe structures.



NIST has the unique opportunity to aide in the development of the measurement science tools and scientific knowledge base to support the industries needs of performance-based standards for 3-D printed concrete structures. This objective will be achieved by identifying and then translating printed material, or Ink, to characterize the mechanical properties, in-line or in-process measurements for quality control, and quality assurance of the ACE process.



As part of MSSD, the Infrastructure Materials Group (IMG) currently owns a large-scale robotic printer for cementitious materials. The system was installed in 2019 and is already out of date with current industry. The original system requires substantial updating and upgrading to remain relevant and for the government to continue carrying out its mission. The ability to introduce admixtures to the flow of printing material at or near the nozzle is required, this provides increased control over the setting times and printability of the material and rapid adjustment features that are critical in varying environmental conditions.





The associated North American Industrial Classification System (NAICS) code for this procurement is 333248, All Other Machinery Manufacturing, with a small business size standard of 750 Employees.



This requirement is unrestricted and is being competed full and open competition.



Requirement: The Contractor shall provide a new 2K Print system in accordance with the attached Statement of Work (SOW) and the Standard Safety Operating Procedure (SSOP).



.





Item 1 - 1 ea. Shrink Fit Tool setting machine with quench




  • Stand-alone unit

  • Accommodate multiple style of tool holders

  • Must accommodate all HSK style tool holders and all CAT style tool holders

  • Accommodate a large range of tooling diameters

  • Compatible with 208V or 480V

  • Cooling type-liquid auto-quench

  • Any additional tools and fixtures to operate machine fully

  • For tools with a shank size of 1/8” up to 2"





Item 2 1 ea. Shrink Fit Tooling Machine Training



Five days of Training on site for up to 10 operators, incl. all additional expenses like hotel accommodation, travel time and costs and other expenses of the service technician.






  1. WARRANTY





The Contractor shall provide, at a minimum, a one-year warranty for the equipment. The warranty shall cover all parts from defects, labor, and travel. The warranty shall commence upon successful completion of delivery, installation, training, and demonstration of all required specifications.






  1. DELIVERY





Delivery terms shall be FOB Destination.






  1. DELIVERABLES





Description



Quantity



Due Date



All training with regards to the safe operation of the new shrink fit system



One



25 weeks after award of this requirement.



Electronic (.pdf) or paper copies of the operations and maintenance manual for the system covering proper operation, routine maintenance, and troubleshooting for the instrument and controlling software.



One



25 weeks after award of this requirement








  1. ACCEPTANCE CRITERIA





After delivery at NIST, the COR will visually check to ensure that the correct items were shipped. After the Shrink Fit Tooling System is installed by the vendor, NIST will verify that the system meets the technical requirements in Section 2 in the Statement of Requirements. The operation and maintenance manuals will be reviewed to verify that they describe procedures for operating and maintaining the Shrink Fit Tooling System. The COR will review deliverables and determine if these criteria are met.






  1. TRAVEL



Travel to the NIST, Gaithersburg is required. All travel expenses will be included in the firm fixed price of this contract.






  1. MINIMUM CONTRACTOR QUALIFICATIONS



The Contractor shall provide an authorized service engineer to install the shrink fit system.




  1. GENERAL INFORMATION





Safety: The Contractor employee shall be responsible for knowing and complying with all installation safety prevention regulations. Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal.





Security: NIST is a restricted campus. An identification badge is required for access for entry into buildings and also is shown to the armed Security Police when entering the campus.





Regular Business Hours. Regular business hours are Monday through Friday, 8:30 am to 5:00 pm Eastern Time.





Identification Badges: Contractor employees shall comply with NIST identification and access requirements. Each Contractor employee shall wear a visible identification badge provided by the NIST Security Office.





Vehicle Registration: All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver’s license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. The pass shall be displayed on the vehicle in accordance with NIST Security Office instructions.





PROVISIONS AND CLAUSES:





The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. In accordance with FAR 52.204-7, the awardee must be registered in the system for award management (www.sam.gov) prior to award. Refusal to register shall forfeit award. *





Provisions:



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



52.205-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.



52.205-26 Prohibition on contracting for Certain Telecommunications and video Surveillance Services or equipment



52.212-1, Instructions to Offerors-Commercial Items



52.212-3, Offeror Representations and Certifications-Commercial Items







FAR Clauses:



52.212-4 Contract Terms and Conditions-Commercial Items



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items including subparagraphs:



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



52.204-10 Reporting Executive compensation and first-Tier Subcontract Awards



52.204-27 Prohibition on a Byte Device covered application



52.209-6 Protecting the Government’s interest when subcontracting with contractors Debarred, Suspended, or Proposed for Debarment.











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



52.222-26



52.222-35



52.222-36



52.222-37



Prohibition of Segregated Facilities;



Equal Opportunity



Equal opportunity for Veterans



Equal Opportunity for Workers with Disabilities



Employment Reports on Veterans





52.222-50



52.223-18





Combating Trafficking in Persons



Encouraging Contractor Policies to Ban Text Messaging While Driving







52.225-13



Restriction on Certain Foreign Purchases;





52.232-33



Payment by Electronic Funds Transfer-System for Award Management







Commerce Acquisition Regulations (CAR) Clauses:



1352.201-70, Contracting Officer's Authority



1352.209-73, Compliance With the Laws



1352.209-74, Organizational Conflict of Interest



1352.215-72, Inquiries



Offerors shall submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than 12:00 pm EST, 5 calendar days prior to submission deadline. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Requests shall include complete company name, address, telephone and e-mail address. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED.





1352.233-70, Agency Protests (APR 2010)



(a) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999).





(b) Agency protests filed with the Contracting Officer shall be sent to the following address:



NIST/ACQUISITION MANAGEMENT DIVISION



ATTN: Monica Brown, CONTRACTING OFFICER



100 Bureau Drive, MS 1640



Gaithersburg, MD 20899





(c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address:



NIST/ACQUISITION MANAGEMENT DIVISION



ATTN: HEAD OF THE CONTRACTING OFFICE (HCO)



100 Bureau Drive, MS 1640



Gaithersburg, MD 20899





(d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.





(e) Service upon the Contract Law Division shall be made as follows:



U.S. Department of Commerce



Office of the General Counsel



Chief, Contract Law Division



Room 5893



Herbert C. Hoover Building



14th Street and Constitution Avenue, NW.



Washington, DC 20230



FAX: (202) 482-5858.



(End of clause)





1352.233-71, GAO and Court of Federal Claims Protests (APR 2010)



(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.





(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.





(c) Service upon the Contract Law Division shall be made as follows:



U.S. Department of Commerce



Office of the General Counsel



Chief, Contract Law Division



Room 5893



Herbert C. Hoover Building



14th Street and Constitution Avenue, NW.



Washington, DC 20230



FAX: (202) 482-5858.



(End of clause)









NIST LOCAL-54 ELECTRONIC BILLING INSTRUCTIONS



NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV.



Each Invoice or Voucher submitted shall include the following:



(1) Contract number;



(2) Contractor name and address;



(3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers);



(4) Date of invoice;



(5) Invoice number;



(6) Amount of invoice and cumulative amount invoiced to-date;



(7) Contract Line Item Number (CLIN);



(8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered;



(9) Prompt payment discount terms, if offered; and



(10) Any other information or documentation required by the contract.





NIST LOCAL-56 INVOICING PROCESSING PALTFORM-ALTERNATE I (DEC 2022)



Upon written notice from the contracting officer the following supersedes all other instructions for the submission of payment requests. Accordingly, following written notice payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable payment request or invoicing instructions, Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: ** Insert required documents

The Contractor must use the IPP website to register, access, and use IPP for submitting payment requests. If not already enrolled, the Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email within three to five business days of the addition of the contract award to IPP. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email: IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting payment requests, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. Contact the contracting officer for more information on submitting a waiver request.





Addendum to Far 52.212-1, Quotation Preparation Instructions:






  1. Price Quotation- The Offeror shall propose a firm-fixed-price for all Line Items.

  2. Technical Quotation- All offerors shall provide documentation showing that they meet the technical specifications outlined in the SOW and SSOP. Award will not be made to any offeror without the requested documentation. All quotations shall clearly comply with the Schedule of Required Items.

  3. All offerors shall submit the information/documentation required by the provisions in this solicitation.





Quotation Evaluation:





The Government intends to award a purchase order resulting from this solicitation to the lowest price, technically acceptable Offeror. To be technically acceptable, the quotation shall clearly demonstrate compliance with the requirements. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability and (2) Price.






  1. Technical Capability



An offeror’s failure to quote all of the products/services listed above may be considered indicative of the offerors lack of understanding of the Government’s requirements and may result in the offer being determined unacceptable. If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award.



An evaluation of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical quotation evaluation. Offerors who fail to provide sufficient information (e.g. documentation, specifications, etc.) that clearly demonstrates an ability to meet the Government’s technical specifications will be considered non-acceptable. If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award. All offerors shall be authorized to sell and service the products they are proposing to the Government, by the original manufacturer(OEM) certified engineers or technicians.




  1. Price



Price will be evaluated for reasonableness. Your company is encouraged to discount its rates. If price discounts are offered, identify the percentage of price discount and/or price reduction offered.





The Government does not intend to enter into discussion and may award a purchase order on the basis of initial offers received, without discussions. Therefore, each initial quotation shall contain the offeror’s best terms. Nonetheless, the Government reserves the right to conduct discussions if it is in the best interest of the Government.





Due Date and Response Information



Offerors capable of furnishing the specified repair in this combined synopsis/solicitation should submit their quote in writing to: Prateema Carvajal electronically at prateema.carvajal@nist.gov. FAX quotations shall not be accepted. Offerors shall submit their quotations so that NIST receives them not later than July 31, 2023, 8:00 am, EST.






















Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION 100 BUREAU DR.
  • GAITHERSBURG , MD 20899
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 27, 2023 05:22 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 >