United States - FORTUS 250 mc 3D Printer Maintenance

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
13 June 2019
Opportunity publication date
04 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 03, 2019 3:45 pm

SOLICITATION F3QCCL9134A101 is issued as a request for quotation (RFQ)
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCCL9134A101. This solicitation will be solicited under Other Than Full and Open Competition.

SMALL BUSINESS SIZE STANDARD
(a) NAICS: 811212
(b) No. of Employees:
(c) Dollars: $27.5 M

REQUIREMENT:
Basic Period
CLIN 0001: Purchase all travel, labor, tools, materials, parts and equipment as required to perform on- site annual system maintenance and emergency repairs on the FORTUS 250mc 3D Printer IAW attached PWS dated 07 May 2019. POP: 01 Aug 2019 - 31 July 2020.
CLIN 0002: Data ELIN A001- Environmental Health and Safety Plan
CLIN 0003: Data ELIN A002- Accident/Incident Report

Option I
CLIN 0001: Purchase all travel, labor, tools, materials, parts and equipment as required to perform on- site annual system maintenance and emergency repairs on the FORTUS 250mc 3D Printer IAW attached PWS dated 07 May 2019. POP: 01 Aug 2020 - 31 July 2021.
CLIN 0002: Data ELIN A001- Environmental Health and Safety Plan
CLIN 0003: Data ELIN A002- Accident/Incident Report
Option II
CLIN 0001: Purchase all travel, labor, tools, materials, parts and equipment as required to perform on- site annual system maintenance and emergency repairs on the FORTUS 250mc 3D Printer IAW attached PWS dated 07 May 2019. POP: 01 Aug 2021 - 31 July 2022.
CLIN 0002: Data ELIN A001- Environmental Health and Safety Plan
CLIN 0003: Data ELIN A002- Accident/Incident Report
Option III
CLIN 0001: Purchase all travel, labor, tools, materials, parts and equipment as required to perform on- site annual system maintenance and emergency repairs on the FORTUS 250mc 3D Printer IAW attached PWS dated 07 May 2019. POP: 01 Aug 2022 - 31 July 2023.
CLIN 0002: Data ELIN A001- Environmental Health and Safety Plan 
CLIN 0003: Data ELIN A002- Accident/Incident Report
Option IV
CLIN 0001: Purchase all travel, labor, tools, materials, parts and equipment as required to perform on- site annual system maintenance and emergency repairs on the FORTUS 250mc 3D Printer IAW attached PWS dated 07 May 2019. POP: 01 Aug 2023 - 31 July 2024.
CLIN 0002: Data ELIN A001- Environmental Health and Safety Plan
CLIN 0003: Data ELIN A002- Accident/Incident Report

Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number.
Quotations should be emailed to Tiffany Holmes (tiffany.holmes.2@us.af.mil) no later than Thursday, 13 June 2019, 4:00 pm EST. The anticipated award date is 26 July 2019. Please do not request award status prior to this date.
Manufacturer: GoEngineer Inc. Justification for Sole Source Only:
The original equipment manufacturer (OEM) is Stratasys Inc. The Stratasys Representative advised that this printer is serviced exclusively by authorized dealers and GoEngineer Inc is the authorized dealer for Georgia. GoEngineer Inc is the regional reseller for Stratasys 3D Printers. GoEngineer maintenance personnel have beentrained by Stratasys to properly maintain the printer in accordance with Stratasys standards. GoEngineer is the only company in Georgia that provides this service and is the only company allowed to service and extend the manufacturer's warranty. Without
a maintenance contract, the customer will not have access to coverage for aintenance, emergency repairs, telephone support, or software updates.

The following clauses are applicable to subject solicitation (current through FAC 2019-02TA dated 6 May 2016 and DFARS Change Notice DPN 20190215):
FAR 52.204-7 System for Award management
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided
by Kaspersky Lab and Other Covered Entities
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representations FAR
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-1 Instructions to Offerors
FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.217-9 Option to Extend Term
of the Contract
(1st fill in: anytime; 2nd Fill in: 30 days 3rd fill in: 5 years)
FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain equipment-Certification
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation
FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.247-34
FOB Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same
force and effect as if they were given in full text. Upon request, the Contracting Officer will
make their full text available. The offeror is cautioned that the listed provisions may include
blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of
submitting the full text of those provisions, the offeror may identify the provision by paragraph
identifier and provide the appropriate information with its quotation or offer. Also, the full text
of a solicitation provision may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/vmfara.htm http://farsite.hill.af.mil/vmdfara.htm
http://farsite.hill.af.mil/vmaffara.htm

52.252-5 Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal
Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by
the addition of "(DEVIATION)" after the date of the regulation
(b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized
deviation is Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.204-7008
Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7009, Limitations on the Use and Disclosure of Third-Party Contractor Reported Cyber
Incident Information
DFARS 252-204-7012 Safeguarding 252.204-7012 Safeguarding Covered Defense Information and Cyber
Incident Reporting
DFARS 252.211-7008 include with 252.211-7003 and requires the contractor to mark major end items
DFARS 252.225-7001 Buy American Act and Balance of Payments Program
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF is the
method used by DoD for processing invoices/receiving reports.)
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.239-7009 Representation of Use of Cloud Computing DFARS 252.239-7010, Cloud Computing Services
AFFARS 5352.201-9101 Ombudsman
AFFARS 5352.223-9001 Health and Safety on a Government Installation AFFARS 5352.242-9001 Contractor
Access to Air Force Installation
IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov.
 
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE
ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (NOV 2017)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required n accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
(E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xii) X (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O.
13627).
(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts
for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C.
chapter 67.)
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts
for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

(xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul
2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10
U.S.C. 2302 Note).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42
U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46
U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph
(d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a
minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION
UNDER ANY FEDERAL LAW (FEB 2016)
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing
Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent
appropriations acts, the Government will not enter into a contract with any corporation that--
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and
administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely
manner pursuant to an agreement with the authority responsible for collecting the tax liability,
where the awarding agency is aware of the unpaid tax liability, unless an agency has considered
suspension or debarment of the corporation and made a determination that suspension or debarment is
not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24
months, where the awarding agency is aware of the conviction, unless an agency has considered
suspension or debarment of the corporation and made a determination that this action is not
necessary to protect the interests of the Government.
(b) The Offeror represents that--
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability
that has been assessed, for which all judicial and administrative remedies have been exhausted or
have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the
authority responsible for collecting the tax liability; and
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal
violation under a Federal law within the preceding 24 months.
(End of provision)
Exhibit/Attachment Table of Contents:
DOCUMENT TYPE
DESCRIPTION PAGES DATE

Exhibit A CDRLs A001:
Environmental Health and Safety Plan
Exhibit B CDRL A002: Accident/Incident Report

3 07-MAY-2019

3 07-MAR-2019
 
 
 
 
Attachment 1 Performance Work Statement 6
07-MAY-2019
Attachment 2 Appendix C 10
07-MAY-2019

Opportunity closing date
13 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force PK/PZ - Robins AFB United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?