Federal Bid

Last Updated on 24 Sep 2015 at 8 AM
Combined Synopsis/Solicitation
Dahlgren Virginia

Metalworking Machinery

Solicitation ID N0017815Q4919
Posted Date 08 Sep 2015 at 1 PM
Archive Date 24 Sep 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Dahlgren Virginia United states 22448
This synopsis/solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. FBO is a single point of entry for posting of synopsis and solicitations to the internet.

This is a combined synopsis/solicitation for commercial services 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 N00178-15-Q-4919 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular.

This requirement is NOT set a-side for small business.

The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to award on a sole source basis to EOS for proprietary printing material and software. The purchase of the parameter license and license editor are required to enable the capability to print stainless steel 316L and GP1 metals on the ESOINT M280 Direct Metal Laser Sintering. The capability is required to conduct research on advanced material fabrication techniques and characterizing the resulting materials.

CLIN 0001: 316L Parameter Editor & Offline/7500-3044
CLIN 0002: Ti64 Parameter Editor & Offline/7500-3023
CLIN 0003: GP1 Parameter Editor & Offline/7500-3020
CLIN 0004: 40kg EOS Stainless Steel 316L ($180 kg)
CLIN 0005: 40kg EOS Stainless Steel GP1 ($105 kg)
CLIN 0006: 60kg Metal powder EOS Titanium Ti64 ($617 kg)
Unit of issue: EA.

Incorporated Clauses


52.247-34- FOB Destination
DDL-F20-Receiving Hours or Operation-NSWC Dahlgren
Ddl-F40- Contractor notice Regarding Late Delivery
52.232-18- Availability of Funds
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
HQ G-2-0009 Supplemental Instructions Regarding Electronic invoicing (NAVSEA)
252.204-0001 Line Item Specific-Single Funding
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Gov't Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Gov't Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation
52.211-15 Defense Priority and Allocation Requirements
52.212-4 Contract Terms and Conditions-Commercial Items
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs
52.232-39 Unforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.244-6 Subcontracts for Commercial Items
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirements to Inform Employees of Whistleblower Rights
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 ALT A- System for Award Management Alternate A
252.204-7012 Safeguarding of unclassified Controlled Technical Information
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.225-7001 Buy American and Balance Act Program
252.225-7048 Export Controlled Items
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.247-7023 Transportation of Supplies by Sea
52.252-2 Clauses Incorporated by Reference
52.204-2 Security Requirements
252.204-7005 Oral Attestation of Security Responsibilities
52.212-5 Clauses Contract Terms and Conditions to Implement Statues or Executive Orders
52.209-10 Prohibition on Contracting with Inverted Domestic Corporation
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-50 Combatting Traffic in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restriction on Certain Foreign Purchases
52.232-33 Payments by Electronic Funds Transfer-System for Award Management
252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal year 2015 Appropriations
252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal year 2014 Appropriations
52.212-1 Instructions to Offerors
252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal year 2013 Appropriations
252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal year 2013 Appropriations
252.209-7996 Representation Regarding Conviction of a Felony Criminal Violation Under Any Federal or State Law
252.209-7997 Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal or State Law
252.209-7998 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal year 2013 Appropriations


Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. DFAR 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) is applicable to this purchase.

All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.

Contractors must submit a labor breakdown (annotating labor category, quantity of hours, and hourly labor rate) for all services included in the quote.

 

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 . Quote is due 10 September 2015, no later than 12:00 p.m. (local NSWCDD time) with an anticipated award date by 30 September, 2015. Questions and responses regarding this synopsis/solicitation may be submitted by Email to [email protected] or by FAX (540) 653-0592. Email or Fax should reference Synopsis/Solicitation Number N00178-15-Q-4919 in the subject line.

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 18 Jul 2016 at 11 AM
Norfolk Virginia 01 Sep 2010 at 7 PM
Philadelphia Pennsylvania 03 Jun 2019 at 6 PM
Location Unknown 27 May 2021 at 4 AM
New cumberland Pennsylvania 01 Apr 2021 at 4 AM