Wire Arc Additive Manufacturing (WAAM) System for ERDC GSL
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159854635440585 |
Posted Date: | May 25, 2023 |
Due Date: | Jun 2, 2023 |
Solicitation No: | W912HZ23Q3099 |
Source: | https://sam.gov/opp/b4b9af16cd... |
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.
- 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
- 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 39180USA
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.
- ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD
- VICKSBURG , MS 39180-6199
- USA
- Angie Stokes
- Angela.M.Stokes@usace.army.mil
- Phone Number 6016344878
- 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.