Ohio Bids > Bid Detail

3610--3D Printer AON M2+

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159254468993700
Posted Date: Aug 18, 2023
Due Date: Aug 23, 2023
Solicitation No: 36C25023Q1081
Source: https://sam.gov/opp/e2b372e8aa...
Follow
3610--3D Printer AON M2+
Active
Contract Opportunity
Notice ID
36C25023Q1081
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 18, 2023 11:32 am EDT
  • Original Date Offers Due: Aug 23, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3610 - PRINTING, DUPLICATING, AND BOOKBINDING EQUIPMENT
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Dayton VA Medical Center Dayton , OH 45428
    USA
Description
Combined Synopsis-Solicitation for Commercial Items
Effective Date: 03/15/2023
Revision: 01

Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ (36C25023Q1081). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-04.

This solicitation is a small business set aside.

The associated North American Industrial Classification System (NAICS) code for this procurement is 333310, with a small business size standard of 750. The FSC/PSC is 3610.

The Department of Veterans Affairs; Network Contracting Office (NCO 10), 3140 Governor s Place Blvd., Suite 210, Kettering, Ohio 45409 is seeking to purchase an industrial FDM 3D printer to support pre-surgical planning, clinical decision making and patient and appropriate medical staff education.

This is a brand name or equal.

All interested companies shall provide quotations for the following:

Supplies

ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA

[K-0999-042] AON M2+ (CSA/UL/CE) High Temperature Industrial 3D Printer
LOCAL STOCK NUMBER: K-0999-042

0002

1.00
UN

[K-000018] AON M2+ Build Surface Package /// Includes: 1x - Reusable Carbon Fiber PEEK Build Plate 2x - Reusable Garolite Build Surface 2x - PEI Build Surface
LOCAL STOCK NUMBER: K-000018

0003

1.00
EA

[K-0999-017] AON M2+ Operator Toolkit Includes: - 1x Sonic Tension Meter (508C) - 1x Grease Gun (MG70) & Empty Cartridge (MG70, 70g) - 2 Pairs: Showa 8814 Charguard Gloves (Medium & XL) - 2x Protective Kevlar Sleeves (18" Long) - 1x (ch): Tool Box, Ball Head Allen Key Set (1.5-5mm), Putty Knife (3" Wide x 4.5" Long), 8mm Wrench (7191A11), 10mm Wrench (7191A13), Tweezers, Wire Cutters, Plastic Funnel, Hand Brush, Grease Application Brush, Drive Nut and Lead Screw Brush, Flexible Scrub Brush
LOCAL STOCK NUMBER: K-0999-017

0004

1.00
UN

[K-000014] AON M2+ (CSA/UL/CE) Preventive Maintenance Kit (1yr) 1x [ME-LUBE-HT-204C-001] High Temperature Grease, Krytox GPL 225 8oz. 6x [A46067D6] High-Performance Liquid Coolant - Blue, 700ml 1x [C-000745] SuperLube Silicone Lubricating Grease with Syncolon (PTFE) 400g/14.1oz 1x [3592BEA8] Grease Application Brush M2+ Nozzle Wiper and Brush Spares Kit (K-0999-019) 12x [AON-M-015_03-01-053a-SM] Nozzle Cleaning Wiper Blade 12x [HW-MISC-BRUSH-3] Low-Scratch Brush with Shank 2x [A-0302-009] Y-Axis Idler Pulley 1x [CD56B2D7] Vacuum Filter Element 1x [P-0610-021-R00] 0.25in Perimeter O-Ring 20.5in ID HT Silicone
LOCAL STOCK NUMBER: K-000014

0005

1.00
EA

[SOFT-S3D] Simplify3D License V5 One-time license fee.
LOCAL STOCK NUMBER: SOFT-S3D

0006

1.00
UN

[F73A77A0] AON M2+ Introduction Training Virtual training courses for up to 3 students. Contains two courses: 1) AON M2+ Machine Introduction (2hr of video with 1hr interactive Q&A) 2) Simplify3D Software Introduction (5hr of video with 1hr interactive Q&A)
LOCAL STOCK NUMBER: F73A77A0

0007

12.00
EA

[SERV-WARR-STD] Professional Tier Success Plan
LOCAL STOCK NUMBER: SERV-WARR-STD

0008

1.00
UN

[S-000020] On-Site Training & Operational Overview (North America, 2 Days) Performed at customer facility. Includes travel costs incurred by AON3D.
LOCAL STOCK NUMBER: S-000020

0009

1.00
UN

[K-0999-005] Hot End Spares Kit Includes two (2) of each size: Heater block assembly with 0.25mm, 0.4mm, 0.6mm, and 0.8mm nozzles installed.
LOCAL STOCK NUMBER: K-0999-005

0010

1.00
UN

AON3D ReadyprintT ABS Filament, Black, 1.75mm, 2kg
LOCAL STOCK NUMBER: C-000698

0011

1.00
UN

[C-000699] AON3D ReadyprintT ABS Filament, White, 1.75mm, 2kg
LOCAL STOCK NUMBER: C-000699

0012

1.00
UN

[C-000701] AON3D ReadyprintT HIPS Filament, Natural (Grey), 1.75mm, 2kg (Break-Away support for ABS, ASA)
LOCAL STOCK NUMBER: C-000701

0013

1.00
UN

[K-000016] AON3D ReadyprintT Material Bundle Contains 26 spools, 46 kg total: 4x [C-000698] AON3D ReadyprintT ABS Filament, Black, 1.75mm, 2kg 4x [C-000699] AON3D ReadyprintT ABS Filament, White, 1.75mm, 2kg 4x [C-000700] AON3D ReadyprintT ASA Filament, Natural (Off-White), 1.75mm, 2kg 2x [C-000701] AON3D ReadyprintT HIPS Filament, Natural (Grey), 1.75mm, 2kg 2x [C-000708] AON3D ReadyprintT PETG Filament, White, 1.75mm, 2kg 2x [C-000707] AON3D ReadyprintT PETG Filament, Black, 1.75mm, 2kg 2x [C-000702] AON3D ReadyprintT PC Filament, Translucent, 1.75mm, 2kg 2x [C-000710] AON3D ReadyprintT 92A TPU Filament, Black, 1.75mm, 1kg 2x [C-000696] AON3D ReadyprintT Carbon Fiber ABS Filament, Black, 1.75mm, 1kg 2x [C-000706] AON3D ReadyprintT Carbon Fiber PETG Filament, Natural (Black), 1.75mm, 1kg
LOCAL STOCK NUMBER: K-000016

STATEMENT OF WORK (SOW)
as of

PROGRAM REQUESTOR/MANAGER
Name:
Emily Sizemore
Section:
Healthcare Technology Management (HTM)
Address:
4100 W Third St, Dayton, OH 45428
Phone Number:

E-Mail Address:
2. Contract Title. Procurement for an AON3D M2+ 3D Printer
3. Background. Healthcare Technology Management (HTM) is looking to procure a 3D printer to place in our innovation center. This new technology will allow the VA staff to think more innovatively about solutions and for HTM to help bring those ideas to life.
4. Scope. The AON3D M2+ is a state-of-the-art 3D printer with abilities to make large scale 3D prints (450x450x580mm) out of an industry leading number of materials. With a 135 Degree Celsius build chamber, parts will come out more dimensionally accurate, and better looking than most technologies on the market.

5. Specific Tasks.

The vendor shall provide the equipment below:

AON M2+ High Temperature Industrial 3D Printer

Build Surface Package
1x Reusable carbon fiber PEEK build plate
2x Reusable garolite build surface
2x PEI build surface
AON M2+ Operator Toolkit
1x sonic tension meter
1x grease gun & empty cartridge
2 pairs: Showa 8814 Charguard gloves
2x protective Kevlar sleeves
1x tool box
Preventive Maintenance Kit
1x High temperature grease
6x High-performance liquid coolant
1x Superlube silicone lubricating grease with syncolon
1x Grease application brush
2x Y-Axis Idler Pulley
1x Vacuum filter element
1x Perimeter O-ring
Simplify3D License V5

AON M2+ Introduction Training
Virtual training courses for up to 3 students
Professional Tier Success Plan

On-Site Training & Operational Overview
Performed at customer facility
Includes travel costs incurred by AON3D
Material
AON3D Readyprint ABS filament, black
AON3D Readyprint ABS filament, white
AON3D Readyprint HIPS filament, natural (grey)
AON3D Readyprint material bundle, contains 26 spools
Hot End Spares Kit
Includes 2 of each size: heater block assembly with 0.25mm, 0.4mm, 0.6mm, and 0.8mm nozzles installed
6. Performance Monitoring

HTM will perform incoming inspection on printer on arrival.
7. Security Requirements
The C&A requirements do not apply and a Security Accreditation Package is not required.
8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).

9. Other Pertinent Information or Special Considerations. .
10. Risk Control
11. Place of Performance.

Dayton VA Medical Center 4100 W Third St, Dayton, OH 45428
12. Period of Performance.
13. Delivery Schedule.

The AON3D Inc M2+ large format 3D Printer will be used for development of prosthetics, and other assistive technologies that were previously extremely expensive to produce and could not be produced in house.

The AON3D Inc M2+ is an industrial FDM 3D printer with a build envelope of 450x450x580mm. The heat chamber reaches 135 Degrees Celsius, which will allow for dimensionally accurate, warp free parts. The AON3D M2+ has dual nozzles and can print an industry leading amount of materials. Dissolvable supports will allow for ease of post processing and help streamline our production.

Delivery shall be FOB destination 30 days after receipt of order (ARO).
Place of Performance/Place of Delivery
Department of Veterans Affairs
Dayton VA Medical Center
4100 West Third Street
Dayton, Ohio 45428
Country: United States

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2022)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:

FAR 52.212-4, Contract Terms and Conditions Commercial Items (DEC 2022)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2022)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Nov 2021)
VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
VAAR 852.203-70, Commercial Advertising (May 2018)
VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018)
VAAR 852.246-71, Rejected Goods (Oct 2018)
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
This procurement is for new items only; no remanufactured or "gray market" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

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:

Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum.

Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.

Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies, Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 4:00pm local time, August 23, 2023, at john.tschirhart@va.gov

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.

Point of Contact
John Tschirhart
Contract Specialist
Network Contract Office (NCO) 10
Office: 937-267-3952
Email: john.tschirhart@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 18, 2023 11:32 am EDTCombined 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 >