Skip to main content

An official website of the United States government

You have 2 new alerts

Notice of Intent to Sole Source: Stratasys, Inc. Preventative Maintenance Service Contract for One (1) J850 3D Printer Manufactured by Stratasys, Inc.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Oct 03, 2022 07:31 am EDT
  • Original Date Offers Due: Oct 07, 2022 02:59 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 22, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA

Description

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

  1. Solicitation Number: W911QX-22-Q-0192

  1. Title: Preventative maintenance (PM) service contract for one (1) J850 3-Dimensional (3D) printer manufactured by Stratasys, Inc.

  1. Classification Code: J0

  1. NAICS Code: 811310

  1. Response Date: Five (5) business days after posting due via email to the Primary Point of Contact (POC) listed in the SAM.gov webpage for this combined synopsis / solicitation.

 Description: Preventive maintenance service contract for support for one (1) J850 3-Dimensional (3D) printer manufactured by Stratasys, Inc. One (1) year base period of performance and three (3) option years.

Disclaimer: 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; proposals are being requested and a written solicitation will not be issued.

NOTICE: INTENT TO SOLICIT ONLY ONE SOURCE

The proposed contract action is for services for which the Government is soliciting and negotiating with only one source under the authority of FAR Part 13.106-1(b)(1)(i) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Government intends to award to Stratasys, Inc. 7665 Commerce Way, Eden Prairie, MN, 55344-2020, CAGE: 1GKB4.  This notice of intent is not a request for competitive proposals.  However, the Government will consider all proposals received prior to the closing date and time of this solicitation.

This acquisition is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08.

For purposes of this acquisition, the associated NAICS code is 811310. The small business size standard is $11,000,000.00.

Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN 0001: Preventive Maintenance for one (1) J850 3-Dimensional (3D) printer (Prod. Code: OBJ-18550). The Contractor shall perform as described in the attached Performance Work Statement (PWS).

CLIN 0002: Recertification Fee.

CLIN 0003: Option Year One (1) for Preventative Maintenance Services for one (1) J850 3-Dimensional (3D) printer (Prod. Code: OBJ-18550). The Contractor shall perform as described in the attached Performance Work Statement (PWS).

CLIN 0004: Option Year Two (2) for Preventative Maintenance Services for one (1) J850 3-Dimensional (3D) printer (Prod. Code: OBJ-18550). The Contractor shall perform as described in the attached Performance Work Statement (PWS).

CLIN 0005: Option Year Three (3) for Preventative Maintenance Services for one (1) J850 3-Dimensional (3D) printer (Prod. Code: OBJ-18550). The Contractor shall perform as described in the attached Performance Work Statement (PWS).

CLIN 0006: Data.

Period of Performance (PoP):

Base Year: 10/24/2022 – 10/23/2023

Option Year One (1): 10/24/2023 – 10/23/2024

Option Year Two (2): 10/24/2024 – 10/23/2025

Option Year Three (3): 10/24/2025 – 10/23/2026

Clauses:

  1. The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition.  The following addenda have been attached to this provision:

In addition to the requirements set forth in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.

  1. Evaluation Criteria - The specific evaluation criteria to be used are as follows:  N/A

  1. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A

  1. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: N/A

  1. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.  The following additional FAR/DFARS clauses cited in this clause are applicable:

FAR:

52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER

SUBCONTRACT AWARDS

52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN

SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR

PROPOSED FOR DEBARMENT

52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAY 2020)

52.222-3, CONVICT LABOR (JUN 2003)

52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)

52.222-26, EQUAL OPPORTUNITY (SEP 2016)

52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)

52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019)

52.222-51, EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT - REQUIREMENTS

52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)

DFARS:

252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

252.203-7002, REQUIREMENTS TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)

*252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)

252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)

252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)

*252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)

*252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)

252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019)

252204-7022, EXPEDITING CONTRACT CLOSEOUT (MAY 2021)

252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)

*252.225-7000, BUY AMERICAN STATUTE—BALANCE OF PAYMENTS

PROGRAM CERTIFICATE (NOV 2014)

252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS

PROGRAM (DEC 2017)

252.225-7048, EXPORT-CONTROLLED ITEMS (JUNE 2013)

*252.225-7974, DEVIATION 2020-O0005 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020)

252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)

252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013)

252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)

252.246-7008, SOURCES OF ELECTRONIC PARTS (MAY 2018)

252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)

The following additional contract requirement(s) or terms and conditions apply:

FAR:

*52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

*52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)

52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)

52.204-19, INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)

*52.204-20, PREDECESSOR OR OFFEROR (DEC 2014)

*52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)

52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020)

*52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020)

*52.212-1, DEVIATION 2018-O0018 INSTRUCTIONS TO OFFERORS –

COMMERCIAL ITEMS (JAN 2017)

*52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS –

COMMERCIAL ITEMS (DEC 2019)

*52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS –

COMMERCIAL ITEMS (JAN 2017)

52.212-4, CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS

(JAN 2017)

52.232-39 UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN2013)

52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)

52.243-1 ALT 1, CHANGES-FIXED PRICE (AUG 1987)

*52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

DFARS:

252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016)

252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)

252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2022)

252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)

252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

252.232-7017, ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS—PROHIBITON ON FEES AND CONSIDERATION (APR 2020)

252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991)

ADELPHI LOCAL CLAUSE LIST OF SPECIAL INSTRUCTIONS:

ACC - APG POINT OF CONTACT

TECHNICAL POINT OF CONTACT

*SOLICIT ONLY ONE SOURCE

TYPE OF CONTRACT

EXERCISE OF OPTION

SUPERVISION OF EMPLOYEES

GOV INSPECTION AND ACCEPTANCE

TAX EXEMPTION CERT. (ARL)

WORK HOURS

ID OF CONTRACTOR EMPLOYEES

GOV’T-CONTRACTOR RELATIONSHIPS

USE OF GOV’T FACILITIES

*EXCEPTIONS IN PROPOSAL

*ADELPHI CONTR. DIVISION URL

*FOREIGN NATIONALS PERFORMING

*PAYMENT TERMS

ANTI-TERRORISM (AT) / OPERATIONAL SECURITY (OPSEC) REQUIREMENTS

  1. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as:  N/A

VII. The following notes apply to this announcement:

In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.

VIII. For information regarding this solicitation, please contact Morgan Evans, morgan.j.evans6.civ@army.mil.

Place of Performance:

U.S. Army Research Laboratory

ATTN: FCDD-RLW-MD

Logistics Warehouse, Building 321,

6375 Johnson Road

Aberdeen Proving Ground, MD

21005

Contact Information

Primary Point of Contact

Secondary Point of Contact





History