The RFP Database
New business relationships start here

3D Scanner


Alaska, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 
  
 
COMBINED SYNOPSIS/SOLICITATION 'COMBO':
3D Scanner for 168th MXG

 

ISSUE DATE: 01 July 2019

•(i)  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.

•(ii)  Solicitation PANNGB19P0000015623 is issued as a Request for Quote (RFQ).

•(iii)  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03, effective 12 Jun 2019. The DFARS provisions and clauses are those in effect to DPN 20190531, effective 31 May 2018.

•(iv)  This requirement is solicited as a Total Small Business set-aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 334513 with a small business size standard of 750 Employees.

•(v)  The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.

•(vi)  The Government intends to award a firm-fixed price contract for the following CLINs.  These items are being solicited as brand name or equal.  If not quoting the suggested products, a specifications sheet must be included with your quote to show that the product is equal or greater than the quality and specifications of the suggested product.  The salient characteristics can be found in the attachment.

 


CLINs


0001                 Portable Coordinate Measuring Machine - Arm                        Quantity: 1 Each


Suggested Product:  FARO Quantum E 2.5m 7 axis, Item No. 23000-725


 


 


0002                 Portable Coordinate Measuring Machine - Laser Line Probe       Quantity: 1 Each


Suggested Product:  FARO Laser Line Probe_FAROBlu HD, Item No. 21022


 


 


0003                Compatible Engineering Software                                             Quantity: 1 Each


Suggested Product:  Geomagic Design X w/ 1st Year Maintenance, Item No. SOFT82002-DLM


 


 


0004                Offline License Option for Engineering Software                       Quantity: 1 Each


Suggested Product:  Geomagic Dongle, Item No. GEO-DONGLE


 


 


0005                Battery Pack                                                                             Quantity: 1 Each

Suggested Product:  Quantum Battery Pack, Item No. 20147

 

•(vii)  Delivery and Shipping.

 

                        • The Period of Performance / Delivery will be: 45 days after NTP or Date of Award

 

                        (Material and manufacture delays will not count towards number of days.)

 

                        • SHIPPING IS FOB Destination to Eielson AFB, AK 99702


 

•(viii)        FAR 52.212-1 Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0018) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:

 

•1.   To assure timely and equitable evaluation of the quotes, the Quotors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. If awarded the contract the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within two

(2) Business days.


 

•2.   Specific Instructions:  The response shall consist of two (2) separate parts:

Part 1 - Technical Acceptability - Submit one (1) copy of technical acceptability narrative that responds to the requirements to include make and model of proposed item.

Part 2 - Price - Submit one (1) copy of price schedule (Attachment 1) and any pertinent additional information.

 

•3.   Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the Best Value IAW FAR 13.106-1 (a) (2). Technical Acceptability, at a minimum, is defined as meeting all specific instructions and completing the attached pricelist Attachment 1. Price and technical acceptability will be considered.

•(ix)  FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:

•(a)   The Government will award a purchase order resulting from this solicitation to whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:

•(1)   Technical acceptability will consist of meeting all specific instructions and completing the attached pricelist Attachment 1.

•(2)   Price

•(3)   Past Performance

 

•(b)   Technical acceptability: The government will evaluate quotes on the basis of whether or not the provided quote is technically acceptable. See salient characteristics.

•(c)   Price: Total evaluated price. Interested parties are reminded that this is a Best Value procurement and lowest price does not constitute award.

•(d)   Past Performance: Past Performance will be evaluated in accordance FAR 13.106-2(b)(3)(ii)(C) - information received by Past Performance Information System and FAR 13.106-2(b)(3)(ii)(D) - Any other reasonable basis. The contracting officer may use his/her previous experience with the service being acquired.

•(x)  Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.

•(xi)  The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

•(xii)  The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (DEVIATION 2013-O0019)(NOV 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition:


 

 





FAR 52.204-10



Reporting Executive Compensation and First-Tier Subcontract Awards



Oct 2016





FAR 52.209-6



Protecting the Government's Interest When Subcontracting with Vendors Debarred, Suspended, or Proposed for Debarment



Oct 2015






FAR 52.209-10




Prohibition on Contracting with Inverted Domestic Corporations




Nov 2015






FAR 52.211-6




Brand Name or Equal



Aug 1999






FAR 52.219-6




Notice of Total Small Business Set-Aside



Nov 2011





FAR 52.219-28



Post Award Small Business Program Representation



Jul 2013






FAR 52.222-3




Convict Labor



Jun 2003






FAR 52-222-19




Child Labor-Cooperation With Authorities and Remedies



Oct 2016





FAR 52.222-21



Prohibition of Segregated Facilities



Apr 2015






FAR 52.222-26



Equal Opportunity



Sep 2016






FAR 52.222-36




Equal Opportunity for Workers with Disabilities




Jul 2014






FAR 52.222-50




Combating Trafficking in Persons



Mar 2015






FAR 52.222-55




Minimum Wages Under Executive Order 13658




Dec 2015





FAR 52.222-62



Paid Sick Leave Under Executive Order 13706



Jan 2017






FAR 52.223-18



Encouraging Vendor Policies to Ban Text Messaging While Driving




Aug 2011






FAR 52.225-13



Restrictions on Certain Foreign Purchases




Jun 2008





FAR 52.232-33



Payment by Electronic Funds Transfer-System for Award Management



July 2013






FAR 52.232-40



Providing Accelerated Payments to Small Business Sub-vendors



Dec 2013






FAR 52.233-3



Protest after Award




Aug 1996






FAR 52.233-4




Applicable Law for Breach of Contract Claim




Oct 2004






FAR 52.252-2




Clauses Incorporated by Reference



Feb 1998






DFARS 252.203-7000




Requirements Relating To Compensation of Former DoD Officials




Sep 2011





DFARS 252.203-7002



Requirement to Inform Employees of Whistleblower Rights



Sep 2013





DFARS 252.204-7012



Safeguarding Covered Defense Information and Cyber Incident Reporting



Oct 2016






DFARS 252.204-7015



Disclosure of Information to Litigation Support Vendors




May 2016






DFARS 252.211-7003



Item Unique Identification and Valuation




Mar 2016





DFARS 252.211-7008



Use of Government-Assigned Serial Numbers



Sep 2010






DFARS 252.223-7008




Prohibition of Hexavalent Chromium



Jun 2013





  DFARS 252.225-7048


 



Export-Controlled Items



Jul 2013






DFARS 252.232-7003



Electronic Submission of Payment Requests and Receiving Reports



Jun 2012






DFARS 252.232-7006




Wide Area Workflow Payment Instructions




May 2013






DFARS 252.232-7010



Levies on Contract Payments




Dec 2006






DFARS 252.244-7000



Subcontracts for Commercial Items




Jun 2013






DFARS 252.246-7008




Sources of Electronic Parts




May 2018





DFARS 252.247-7023



Transportation of Supplies by Sea--Basic



Apr 2014





 

The following provisions apply to this combined synopsis solicitation and are incorporated by reference.  This section will be physically removed from the final award.





FAR 52.204-16



Commercial and Government Entity Code Reporting



Oct 2016





FAR 52.204-22



Alternative Line Item Proposal



Oct 2015






FAR 52.212-2




Evaluation - Commercial Items



Nov 2011





FAR 52.212-3 Alt 1



Offeror Representations and Certifications - Commercial Items



Jul 2013






DFARS 252.203-7005




Representation Relating to Compensation of Former DoD Officials



Nov 2011






DFARS 252.204-7008




Compliance with Safeguarding Covered Defense Information Controls



Dec 2015





DFARS 252.204-7011



Alternative Line Item Structure



Sep 2011






DFARS 252.225-7031



Secondary Arab Boycott of Israel



Jun 2005





 

•(xiii)  No additional contract requirements apply to this acquisition.

•(xiv)  This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating.

•(xv)  NOTICE TO ALL INTERESTED PARTIES:

 

Please forward all questions no later than 4:00 p.m. Alaska Time on 26 July 2019. A site visit will not be conducted for this requirement.

An amendment may be issued answering all questions received, providing the Government's answers.

Offers are due no later than 4:00 p.m. Alaska Time on 31 July 2019.
•(xvi)  The POC for this solicitation is:

 

SSgt Rachel E. Clark

Rachel.e.clark18.mil@mail.mil

(907) 377-8743

 

MSgt Jeffery G. Porter Jeffery.g.porter2.mil@mail.mil

(907) 377-8742


 

List of Attachments:

•·         Attachment 1: Pricing Schedule (1 page)

 

•·         Attachment 2:    Salient Characteristics (2 pages)


PANNGB19P0000015623
Attachment 1: PRICING SCHEDULE

 


 

 





LINE ITEM



DESCRIPTION



   QTY



  UI



UNIT       PRICE



EXTENDED PRICE





0001



Portable Coordinate Measuring Machine - Arm



1



EA




 




 





0002



Portable Coordinate Measuring Machine - Laser Line Probe



1



EA




 




 





0003



Compatible Engineering Software



1



EA




 




 





0004



Offline License Option for Engineering Software         



1



EA




 




 





 0005



 

Battery Pack

 



      1



     EA



 




 






 



TOTAL PRICE:




 






 






 





Offers are hereby good for a minimum of 30 days from this Solicitation's closing date. Quoters may, at their discretion, provide additional time. This offer expires on                       .





Business Size:  ,Small  ,Large  ,Women-Owned  ,Veteran-Owned, Other:                                                       





Applicable GSA/ AFWAY contract number:________________________________________________________





Net Terms (Mandatory):



CAGE:



DUNS:





 

Printed Name:



 

Title:





 

Signature:



 

Date:





NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation.




 
 
 
 
 
 
 
 
 




 


 



Rachel E. Clark, Contract Specialist, Phone 907-377-8742, Email rachel.e.clark18.mil@mail.mil - Jeffery Porter, Contract Specialist, Phone 9073778742, Email jeffery.g.porter2.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP