Federal Bid

Last Updated on 27 Feb 2024 at 6 PM
Combined Synopsis/Solicitation
Dahlgren Virginia

Creaform 3D Scanner

Solicitation ID N0017824Q6715
Posted Date 27 Feb 2024 at 6 PM
Archive Date 19 Mar 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nswc Dahlgren
Agency Department Of Defense
Location Dahlgren Virginia United states 22448

COMBINED SYNOPSIS/SOLICITATION #:    N0017824Q6715

Submitted by: Jessica Gallagher

NAICS Code:  334519

FSC Code:  6675

Anticipated Date to be published in SAM.gov:  27 February 2024
 

Anticipated Closing Date: 04 March 2024

Contracts POC Name:  Jessica Gallagher

Telephone#:  540-742-4098

Email Address:  [email protected]

Code and Description:  6675 - Drafting, Surveying, And Mapping Instruments

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.   

Synopsis/Solicitation N0017824Q6715 is issued as a Request for Quotation (RFQ).  The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449.  The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. 

This requirement is not eligible for small business set-aside.

Material must be TAA compliant.

The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a Brand Name or Equal basis for material and services, manufactured by Creaform USA Inc.  The Government identified a need for a compact 3D scanning solution due to tight space constraints in areas where this technology is sometime required.  The Creaform USA 3D scanner’s compact body and 1,300,000 measurements per second scan speed allows for high detail scanning in confined spaces, such as around corners or in crevices while also being lightweight enough (2.1 lbs.) to be held for long periods meeting the needs to the government.  The scanner is also “plug and play” with the listed proprietary software (SW) with little to no training needed in order to begin operation and the ability to export data into most major file formats, saving invaluable lab time and familiar to the government users also decreasing training cost and time needed prior to utilization.  The device is able to image within 0.025mm (0.0009in) accuracy over its 12.2 x 13.8” scanning area with patented self-referencing and light matching technology providing the minimum required resolution for fine detailed models for analysis. Subject Matter Experts (SMEs) require this ability to obtain precise detail of various parts and systems for purposes of prototyping, manufacture, and reverse engineering of warfighter systems.  This scanner and its SW must be compatible in all aspects (form, fit and function) with existing systems and their associated SW.  Market research revealed that no other Commercial Off-the-Shelf (COTS) products could perform to all points as well or as accurately as the HandySCAN nor meet all minimum requirements for the government.  Any effort to duplicate this requirement in-house would result in a duplication of costs and take an additional six (6) months for development, certification, and testing.

Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13.  The order shall be firm fixed price.  

All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency.  The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.

At time of proposal submission please submit any historical data as well as published pricing.  Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization.  Award will be made based on Lowest Price Technically Acceptable.

In order to be eligible for award, firms must be registered in the System for Award Management (SAM).  Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.

Please return a signed copy of the SF1449 with your quote.

Quote is due 04 March 2024, no later than 12:00 p.m. EST with an anticipated award date by 04 April 2024.  Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to [email protected] prior to the RFQ closing.  Email should reference Synopsis/Solicitation Number
N0017824Q6715 in the subject line.

Attachments –

-SF1449: Solicitation for Commercial Items

-Requirements List

Bid Protests Not Available

Similar Past Bids

Patuxent river Maryland 20 Mar 2018 at 6 PM
Charleston South carolina 29 Dec 2023 at 6 PM
Tinker air force base Oklahoma 21 Jun 2021 at 4 PM

Similar Opportunities