Mississippi Bids > Bid Detail

Wire Arc Additive Manufacturing (WAAM) System for ERDC GSL

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159854635440585
Posted Date: May 25, 2023
Due Date: Jun 2, 2023
Solicitation No: W912HZ23Q3099
Source: https://sam.gov/opp/b4b9af16cd...
Follow
Wire Arc Additive Manufacturing (WAAM) System for ERDC GSL
Active
Contract Opportunity
Notice ID
W912HZ23Q3099
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
OTHER DIVISION
Office
W2R2 USA ENGR R AND D CTR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 25, 2023 10:22 am CDT
  • Original Date Offers Due: Jun 02, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3610 - PRINTING, DUPLICATING, AND BOOKBINDING EQUIPMENT
  • NAICS Code:
    • 333248 - All Other Industrial Machinery Manufacturing
  • Place of Performance:
    Vicksburg , MS 39180
    USA
Description



This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice for a Wire Arc Additive Manufacturing (WAAM) system to perform prototype experiments and material characterization pursuant to FAR Part 13. The ERDC GSL Concrete and Materials Branch (CMB) is engaged in an ongoing Civil Works Infrastructure research and development program to develop new methodologies for manufacturing large infrastructure components utilizing additive manufacturing. Please refer to the Description of Requirements (DOR) attached to this combined synopsis/solicitation posting for additional information.





W912HZ23Q3099 is being issued as a Request for Quote (RFQ) with the intent to issue a single Firm-Fixed Price Contract. This procurement is being competed as full and open competition. The North American Industry Classification System Code for this procurement is 333248, All Other Industrial Machinery Manufacturing with a Size Standard of 750 Employees. The Government anticipates this solicitation will result in one award. This procurement is being conducted in accordance with regulations at FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-08.





Potential vendors may access the following attachments:





Attachment 01, Description of Requirement





In accordance with the attached DOR (Attachment 01), an award for this acquisition will be provided to the vendor whose quote is the Lowest Priced of those determined to be Technically Qualified.





FAR 52.212-2 - 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:





1) Technical - Providing items that at least meet the minimum specifications in accordance with the DOR in Attachment 1





2) Price





It is incumbent upon the quoter to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote. Also included should be a summary or listing of recent past performance experience providing similar services.





Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov.





Before a complete evaluation of your quote can be made the Offeror must provide "Offeror Representations and Certifications" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package.





It will be the offeror’s responsibility to frequently check the www.Sam.gov website where the synopsis/solicitation is to be posted for any amendments/changes to the RFP and closing date. Any offers submitted after the response date and time will be considered late and will not be evaluated.





The following FAR clause and provisions may apply to this acquisition:





52.204-99 System for Award Management Registration (DEVIATION)



52.212-1 Instructions to Offerors-Commercial Items



52.212-2 Evaluation-Commercial Items



52.212-3 Offerors Representations and Certifications- Commercial Items





Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition:



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



52.219-6 Notice of Total Small Business Set-Aside



52.219-28 Post Award Small Business Program Representation



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



52.222-50 Combating Trafficking in Persons



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving



52.232-34 Payment by Electronic Funds Transfer – Other than System for Award Management



52.233- 3 Protest After Award



52.233-4 Applicable Law for Breach of Contract Claim





The full text of these FAR clauses can be accessed electronically at website:



https://www.acquisition.gov/browse/index/far





The following DFARS Clauses and Provisions may be applicable to this acquisition:



252.203-7000 Requirement Relating to Compensation of Former DoD officials



252.203-7002 Requirement to Inform Employees of Whistleblower Rights



252.203-7005 Representation Relating to Compensation of Former DoD officials



252.211-7003 Item Unique Identification and Valuation



252.204-7003 Control Of Government Personnel Work Product



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports



252.232-7010 Levies on Contract Payments



252.243-7001 Pricing Of Contract Modifications





The full text of these DFARS clauses can be accessed electronically at website:



https://www.acquisition.gov/dfars





Responses should be submitted via email to Angie Stokes at angela.m.stokes@usace.army.mil no later than 12:00pm Central Standard Time on Friday, 2 June 2023.


Attachments/Links
Contact Information
Contracting Office Address
  • ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD
  • VICKSBURG , MS 39180-6199
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 25, 2023 10:22 am CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >