AMENDMENT 00001 EFFECTIVE DATE 8/18/2018 The purpose of this amendment is to:
1. Extend the RFQ end-date to 22 August 2018 @ 10:00 AM PST
2. All other Terms and Conditions remain the same.
**********************************************************************
This is a SSC Pacific combined synopsis/solicitation for commercial items
prepared in
accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of
Commercial
Items and FAR Part 13, Simplified Acquisition Procedures.
This announcement constitutes only the solicitation. Competitive quotes are
being
requested under N66001-18-Q-6267. This BRAND-NAME ONLY requirement, NAICS code
is 334118 and the PSC is 1220.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
and it will be based on the lowest technically acceptable quote.
"The statement below applies to all CLINS
To be considered for award, the offeror certifies that the product(s) being
offered is an
original,new and Trade Agreements Act (TAA) compliant product, and that the
subject
products are eligible for all manufacturer warranties and other ancillary
services or
options provided by the manufacturer. Offeror further certifies that it is
authorized by the
manufacturer to sell the products that are the subject of this action in the US
(i.e., that
the products are TAA compliant and that the offeror is authorized to sell them
in the US).
Offerors are required to submit documentation with the offer identifying its
supply chain
for the product, and certifying that all products are new, TAA compliant, and
in their
original packaging. By making an offer, offeror also consents to no cost
cancellation of
the non-compliant awarded items if, upon inspection after delivery, any
products
provided are not recognized or acknowledged by the manufacturer as new and
original
products that are eligible for warranties and all other ancillary services or
options
provided by the manufacturer or that offeror was not authorized by the
manufacturer to
sell the product in the US, or that the product is in some manner not TAA
compliant. "
LINE ITEM NO 0001. STRATASYS P/N: 123-10000
DESCRIPTION: F170 PRINTER SYSTEM (110V/220V/50-60HZ, 12 AMP). (P#123-10000)
INCLUDES: --1 ea F170 System
-1 ea F170 Start-up Kit
-1 60 ci Spool ea: PLA Natural, ABS M30 Ivory, QSR Soluble Support
-1 Box Build Trays - Qty 16
-2 Standard Extrusion Heads
-1 PLA Extrusion Head, 1 PLA Cooling Module
-GrabCAD Print Software
QTY = 1 EA
LINE ITEM NO 0002. PRINTER INSTALLATION
P/N: F123-INSTALL-RES DESCRIPTION: STRATASYS F123 PRINTER INSTALLATION. THIS
INSTALL INCLUDES BASIC INTERFACE TRAINING"
LINE ITEM NO 0003. CLEANING APPARATUS
"MANUFACTURER: STRATASYS P/N: 570-10006 DESCRIPTION:
STRATASYS SCA 1200HT SUPPORT CLEANING APPARATUS FOR 100- 120VAC/50/60 HZ;
10A. 12.2 GALLON TANK CAPACITY. UL, CSA, & CE APPROVED, 1 YEAR WARRANTY"
LINE ITEM NO 0004. SOLUBLE CONCENTRATE
"MANUFACTURER: STRATASYS P/N: 300-00600
DESCRIPTION: STRATASYS P400-SC SOLUBLE CONCENTRATE (12 BOTTLES)"
LINE ITEM NO 0005. THERMOPLASTIC
"MANUFACTURER: STRATASYS P/N: 333-90308
DESCRIPTION: F123 SERIES FDM MATERIAL, (M) - ABSM30 DK GREY, 90CI"
LINE ITEM NO 0006. PLASTIC SUPPORT MATERIAL
"MANUFACTURER: STRATASYS P/N: 333-63500
DESCRIPTION: F123 FDM SUPPORT SR-35 60CI"
LINE ITEM NO 0007. EXTRUSION HEAD
"MANUFACTURER: STRATASYS P/N: 123-00300
DESCRIPTION: EXTRUSION HEAD (FOR ALL F123 SERIES PRINTERS FOR MODEL AND
SUPPORT MATERIAL, EXCLUDING PLA)"
LINE ITEM NO 0008. TRAVEL
ESTIMATE FOR TRAVEL EXPENSES FOR ON-SITE SERVICES
LINE ITEM NO 0009. WIFI ADAPTER
"MANUFACTURER: EDIMAX P/N: EW-7811UN DESCRIPTION: WIFI
ADAPTER, USB, NANO, US & SELECT COUNTRIES
DELIVERY ADDRESS: SSC PACIFIC, PACIFIC C4ISR DEPT
BUILDING 998
2293 VICTOR WHARF ACCESS RD.
PEARL CITY, HI 96782
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular FAC FAC 2005-99, Effective: 15 Jun 2018 and Defense
Federal
Acquisition Regulation Supplement (DFARS) Current to DPN 20180601 (Effective 30
May
2018) Edition. It is the responsibility of the contractor to be familiar with
the applicable
clauses and provisions. The clauses can be accessed in full text at
http://farsite.hill.af.mil/.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.204-7, System for Award Management
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors
Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note)
52.212-1, Instructions to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
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
52.214-3, Amendments to Invitations for Bids
52.214-4, False Statements and Bids
52.214-5, Submission of Bids
52.214-6, Explanation to Prospective Bidders
52.214-7, Late Submissions, Modifications, and Withdrawals of Bids.
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor E.O. 11755)
52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126)
52.222-21, Prohibition of Segregated Facilities (Feb 1999)
52.222-26, Equal Opportunity (E.O. 11246)
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29
U.S.C. 793).
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
52.223-15, Energy Efficiency in Energy-Consuming Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds TransferSystem for Award Management
52.233-3, Protest after Award
52.233-4, Applicable Law for Breach of Contract Claim
52.239-1, Privacy or Security Safeguards
52.247-29, F.O.B. Origin
52.247-34, F.O.B. DESTINATION (Preferred)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7000, Disclosure of Information
252.204-7003, Control of Government Personnel Work Product
252.204-7004 Alternate A, System for Award Management
252.204-7005, Oral Attestation of Security Responsibilities
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.204-7015, Notice of Authorized Disclosure of Information for Litigation
Support
252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation under
any Federal or State Law.
252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax
Liability or a Felony Conviction under any Federal Law
252.212-7000, Offeror Representations and Certifications--Commercial Items
252.225-7001, Buy American and Balance of Payments Program
252.225-7002, Qualifying Country Sources as Subcontractors
252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (Jun 2011).
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
This RFQ closes on AUGUST 16, 2018 at 10:00 AM, Pacific Daylight Time (PDT).
Quotes
uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil
under SSC Pacific/Simplified Acquisitions/ under N66001-18-Q-6267.
The point of contact for this solicitation is Danilo Ibarra at
[email protected].
Please include RFQ under N66001-18-Q-6267 on all inquiries.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) program prior to award of contract. Information to register
in SAM
can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM
registration
means a registered DUNS and CAGE Code numbers.
Bid Protests Not Available