Wisconsin Bids > Bid Detail

6515--3D Printing Post Process Technology

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159706281130969
Posted Date: Sep 14, 2023
Due Date: Sep 21, 2023
Solicitation No: 36C25223Q0982
Source: https://sam.gov/opp/e7cc78f963...
Follow
6515--3D Printing Post Process Technology
Active
Contract Opportunity
Notice ID
36C25223Q0982
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
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: Sep 14, 2023 03:01 pm CDT
  • Original Date Offers Due: Sep 21, 2023 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 333248 - All Other Industrial Machinery Manufacturing
  • Place of Performance:
    Clement J Zablocki VAMC Department of Veterans Affairs Milwaukee , WI 53295-1000
    USA
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 (effective 10/28/2022).

This solicitation is set-aside for Small Businesses.

The associated North American Industrial Classification System (NAICS) code for this procurement is 333248, All Other Industrial Machinery Manufacturing, with a small business size standard of 750 employees. The FSC/PSC is 6515, Medical and Surgical Instruments, Equipment, and Supplies.

Requirement
The Clement J Zablocki VA Medical Center (VAMC), Biomedical Engineering, located at 5000 W National Avenue, Milwaukee, WI. 53295-1000, is seeking to purchase 3D Printer, GoEngineer PostProcess Technologies Demi 430, Onulis W75000, and Rador Automated surface finish solution. (BRAND NAME OR EQUAL).

The Government intends to award a firm fixed-price purchase order to the quoter offering the lowest prices technically acceptable quote. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
SOW for 3D Printing Post Process Technology
Purpose
The Clement J. Zablocki VA Medical Center requires the purchase a 3D printer that will be used by the VISN 12 3D Printing Hub. These systems will specialize in creating custom and adaptive equipment and pre-surgical planning for the main hospital. These 3D printers will create models for all surgeons in VISN 12. This printer is specified as required for pre-surgical planning models by the Office of Advanced Manufacturing (OAM).
All equipment and systems must meet the technical and functional requirements as listed below in the statement of work.

Selection Criteria
The Milwaukee VA intends for this procurement to be Brand Name or Equal to GoEngineer. In addition, the Contractor shall provide all items in accordance with the project scope below.

Brand Name or Equal to: GoEngineer PostProcess Technologies Demi 430, Onulis W75000, and Rador Automated surface finish solution.

Support & Resin Removal Equipment
Equipment must be capable of removing submersion solutions and deliver automated removal of PolyJet and FDM supports and excess resin for SLA, CLIP, and DLP technologies.
System must ensure even exposure to the induced mechanical agitation during fluid immersion.
System must include intelligent software control of energy sources and simplified machine operation.
Software must include the following features:
Variable Temperature
Programmable Cycle Time
Precision Control of Process Parameters
Variable energy output to adapt material and geometry needs results in reduced damage.
Preventative Maintenance Features
Equipment must have a stainless-steel envelope.
The system pump must be magnetically driven.
Casters must be included for easy installation.
The system must include emergency stop and auto power down safety features.

Waste Resin Axial Printing
Equipment must be capable of converting 3D printed UV waste and unused resin into fully cured disposable stacks.
System must include automatic timing functionality and integrated safety features to enable unattended operation.
System must be a gravity-driven system to avoid the use of pumps, valves, and hoses which are susceptible to clogs.
Must include an onboard carbon filtration system to control fumes.
Curing time must be within the range of 5 30 minutes.
Vat capacity must be no smaller than 7.5L.
Waste printing must be compatible with PolyJet, Stereolithography, and DLP.

Surface Finishing Equipment
Equipment must be capable of finishing surfaces of the following 3D printing technologies:

FDM
SLA
CLIP
PolyJet
SLS
MJF
Metals

Effective Date: 02/01/2022
Page 14 of 14

Must include the following software features:
Intelligent cycle times
Variable detergent dosing
The equipment must have a urethane coated envelope with a texture powder coated enclosure.
Must include optimized noise suppression enclosure along with a multi-position, self-supporting hinged lid.
System must utilize a single button operation for ease-of-use.
Must include casters for easy installation.
The system must include emergency stop and auto power down safety features.

Additional Requirements
Installation, integration, and training must be included for all equipment and software.
Must include extended 1-year service and software warranty for both Surface finishing solutions and support a resin removal solution.

All interested contractors shall provide quotations for the following:

Item
Description
Qty
PostProcess DEMI 430
PostProcess Technologies DEMIâ ¢ 430 Automated Submersible Support Removal
Solution for PolyJet. Includes DEMIâ ¢ 430 machine hardware with ultrasonics, heater,
and pump, patent-pending AUTOMAT3D® Lite software, 14 basket, QTY 4 5-gallon
buckets of PLM-101-SUB Detergent, and Warranty period of one (1) year from Date of
Acceptance, or 2,000 hours of operation, whichever occurs first. Envelope = 14 x 14 x
14 . (Note: Additional Baskets available for individual sale)
1
PostProcess Installation,
Integration, and Training
PostProcess Technologies DEMI 430 Solution for PolyJet - Installation, Integration, and
Training.
1
PostProcess Remove
Solution Demi 400 Series
Emerald Care
Remove Solution Demi 400 Series Emerald Care 1 Year Annual Maintenance
1.Telephone/Email Support
2.Replacement Parts
3.Warranty/Repair Services
4.Software Updates
5.Annual Onsite or Virtual Training
6.Preventative Maintenance Visit
3
Onulis W7500-C Waste
Resin Axial Printer Plus
with DLP Curing Function
Waste Resin Axial Printer
Onulis W7500-C : WRAPCure Waste Resin Axial Printer Plus with DLP Curing Function
includes:
-1-Year Parts Warranty & Email Support
-W7500+:
-Low Viscosity Vat (Polyjet)(Qty 1)
-Medium Viscosity Vat (SLA/DLP)(Qty 1)
-High Viscosity Vat (SLA/DLP)(Qty 1)
-Vat Cleaning Tool (Qty 3)
-Vat Viscosity Testing Tool (Qty 1)
-Disposable Tube (Qty 1)
-Disposable Light Shroud (Qty 2)
-Disposable Filler Filter (Qty 2)
-DLP Curing Function:
-Integrated Curing Controller
-Rotary Table
1
PostProcess Installation,
Integration, and Training for
RADOR - Surface Finish
Application
Installation, Integration, and Training for RADOR - Surface Finish Application
(SF-RADOR-ITI)
1
PostProcess RADOR
Automated Surface Finish
Solution for Polymers and
Metals
RADOR Automated Surface Finish Solution for Polymers and Metals. Includes
RADOR machine hardware, patent-pending AUTOMAT3D® Lite software, QTY 2
buckets of abrasive or polishing media and QTY 1 5-gallon bucket of PLM-001-SURF
Detergent, and Warranty period of one (1) year from Date of Acceptance, or 2,000 hours
of operation, whichever occurs first.
(SF-RADOR)
1
PostProcess RADOR 1 Year
Extended Service: Warranty
+ Software
PostProcess RADOR 1 Year Extended Service: Warranty + Software *Under the Extended
Service Option, the Standard Warranty is extended for a period of 1 year or 2,000 hours
of operation, whichever occurs first, and includes the Extended Warranty Option and
Extended Software Option, in addition to the following: 1) unlimited telephone Tech
Support; 2) unlimited telephone Application Support; 3) 6-month/1,000 hour onsite
preventative maintenance checks performed by PostProcess Field/Application Engineer;
1
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 Products and Commercial Services (NOV 2021)
Refer to Attachment 1 ADDENDUM to FAR 52.212-1
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.211-6, Brand Name or Equal (AUG 1999)
FAR 52.214-21, Descriptive Literature (APR 2002)
FAR 52.225-2, Buy American Certificate (OCT 2022)
End of Addendum to 52.212-1
FAR 52.212-3, Offerors Representations and Certifications Commercial Items

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 (NOV 2021)
Addendum to FAR 52.212-4
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.227-19, Commercial Computer Software-Restricted Rights (DEC 2007)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020)
VAAR 852.211-72, Technical Industry Standards (NOV 2018)
VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)
VAAR 852.203-70, Commercial Advertising
VAAR 852.211-70, Equipment Operations and Maintenance Manuals
VAAR 852.232-72, Electronic Submission of Payment Requests
VAAR 852.246-71, Rejected Goods
VAAR 852.270-1, Representatives of Contracting Officers
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
VAAR 852.247-71, Delivery Location (OCT 2018)
VAAR 852.247-72, Marking Deliverables (OCT 2018)
End of Addendum to 52.212-4
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (OCT 2022) (JUL 2021) (DEVIATION)
Refer to attached FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services.

All quoters shall submit the following:

Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment 1: Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services
Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor or reseller
Completed Buy American Certificate found at FAR 52.225-2, Buy American Certificate
Statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.

All quotes shall be sent to the Contracting Officer, Erica Grimslid at Erica.Grimslid@va.gov.

The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Award will be based upon lowest priced technically acceptable quote in accordance with the Simplified Acquisition Procedures of FAR 13. 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 5:00pm on September 21, 2023. Responses should be sent to the Contracting Officer, Erica Grimslid at Erica.Grimslid@va.gov. Hand delivered responses will not be accepted. 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
Erica Grimslid
Contracting Officer
Network Contracting Office 12
Erica.Grimslid@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 14, 2023 03:01 pm 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 >