Federal Bid

Last Updated on 09 Oct 2015 at 4 PM
Combined Synopsis/Solicitation
Wright patterson air force base Ohio

Aerosol Printer

Solicitation ID FA8601-12-T-0231
Posted Date 27 Jul 2012 at 9 PM
Archive Date 09 Oct 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433
This is a combined synopsis/solicitation for an Aerosol Printer. In accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: Proposals are being requested, and a written solicitation will not be issued.

The solicitation number for this requirement is FA8601-12-T-0231 using FAR Subpart 13, Simplified Acquisition Procedures.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, 18 May 2012.
This acquisition is going to be a Full and Open Competition under North American Industry Classification System Code 34119. Size standard is 1000.

The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for an Aerosol Printer. The requirements are as stated below:

• Aerosol printing of materials specifically for electronic components (dielectric materials, metals, conducting materials, etc.)
• Ability to print linewidths from 10 µm to 1.5 mm (using interchangeable nozzles or print heads)
• Ability to provide single pass layer thickness of 100 nm - 10 µm
• Material "ink" viscosity acceptance range from 1 - 1000 cP, allowing greater material choice and control over layer thickness
• Droplet diameter sizes from 1-5 µm
• Ability to print materials with solid content of conductive materials up to 70 wt%
• Print nozzle standoff to substrate up to 5 mm to allow printing over surface irregularities while maintaining constant feature width and also enable conformal deposition and access to corners
• Ability to print substrates up to 300mm x 300 mm
• X-Y motion positional accuracy down to +/- 6 µm
• Motion repeatability +/- 1 µm for each axis
• Motorized z height motion control
• IR laser system for material curing with minimum power of 700 mW
• Visual alignment system - alignment cameras and lightning
• Heated substrate platform
• Computer control system of printing parameters in AutoCAD format
• 1 year full service agreement for all hardware
• Mechanical shutter to control ink flow

Quotations need to adhere to FAR 52.212-1, Instructions to Offerors- Commercial; and include a completed FAR 52.212-3, Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price.

The quotations may be in any format but MUST include:

1. Proposing company's name, address, and phone
2. Point of contact's name, phone, and email
3. Quotation number & date
4. Item price
5. Total price
6. Shipping (FOB Destination)
7. Payment terms are Net 30 after delivery and acceptance
8. Applicable discounts
9. Timeframe that the quote is valid
10. Delivery Schedule
11. Warranty Information (if applicable).
12. Completed FAR 52.212-3, Representations and Certifications
13. Completed DFAR 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law

Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities.

IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.
It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.

The following provisions are incorporated by reference and apply to this acquisition:

FAR 52.212-1, Instructions to Offerors-Commercial
FAR 52.212-2, -- Evaluation -- Commercial Items. . [Fill in portion of this clause is: Technical and Price]


As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:

Evaluation -- Commercial Items (Jan 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

(i) technical: Offer must clearly demonstrate that the offeror is capable of meeting the statement of work (SOW).

(ii) price; The total evaluated price of an offer will be calculated as the sum of the extended prices (unit qualtity multiplied by unit price) for Contract Line Item Numbers (CLINs) (ALL).

Technical approximately equal to cost or price. The Government will initiate concurrent evaluation of all the above factors on all offers. The Government will consider, throughout the evaluation, the "correction potential" of any proposal uncertainty. The judgment of such "correction potential" is within the sole discretion of the Government. If the Government cannot determine if a proposal's Technical Performance factor is acceptable pursuant to initial or subsequent evaluation and the proposal, in the Government's judgment, is considered correctable, the Contracting Officer may open or continue discussions. If at any time during the evaluation, a proposal's Technical factor is determined to be unacceptable or not correctable pursuant to a proposal uncertainty, no further consideration will be given to that proposal for award.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)

FAR 52-212-3, Representations and Certifications

The following clauses are incorporated by reference and apply to this acquisition:

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
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government.
FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards.
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-5, Certification Regarding Responsibility Matters
FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
FAR 52.219-8 Utilization of Small Business Concerns
FAR 52.219-28 Post-Award Small Business Program Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Veterans
FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act.
FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration

DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.232-7006 Wide Area Work Flow (WAWF) Electronic Invoicing Instructions


ASC/PKO H-002, Delivery Procedures Commercial Vehicles

All Quotations and responses must be received no later than 2:00 PM, Eastern Time on 27 August 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herin, which will also be the terms & conditions of resulting contract. Please email to [email protected] or send requested information to:

ASC/PKOAA
Attn: Emmeline Spaulding
1940 Allbrook Drive, Ste. #3
WPAFB, OH 45433

Any questions should be directed to Emmeline Spaulding at (937) 522-4565 or [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 10 Jul 2012 at 6 PM
Location Unknown 22 Nov 2016 at 4 PM
Location Unknown 23 Jun 2022 at 4 AM
Laurel Maryland 03 Jun 2009 at 6 PM
Location Unknown 12 Aug 2011 at 10 AM