Skip to main content

An official website of the United States government

You have 2 new alerts

xTEX A2 Scanner

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 (Updated)
  • Updated Published Date: Aug 01, 2022 10:50 am EDT
  • Original Published Date: Jul 28, 2022 08:07 am EDT
  • Updated Date Offers Due: Aug 04, 2022 12:00 pm EDT
  • Original Date Offers Due: Aug 04, 2022 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 19, 2022
  • Original Inactive Date: Aug 19, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 3590 - MISCELLANEOUS SERVICE AND TRADE EQUIPMENT
  • NAICS Code:
    • 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing
  • Place of Performance:
    Natick , MA 01760
    USA

Description

The U.S. Army Contracting Command - Aberdeen Proving Ground – Natick Division, on behalf of the U.S. Army Development Command (DEVCOM) Soldier Center, intends to procure on a brand name basis under FAR 5.102 (a)(6) – Vizoo’s XTec A2 Scanner. The XTex A2 Scanner system manufactured by Vizoo is the unit found to be the most compatible with 3d design software approved and established in the Soldier Center. 

The items are as follows:

      Qty: 1 HWD-160 xTex A2 Scanner

      Qty: 1 SW-120 xTex software, Production license (Node-locked)

      Qty: 1 SW-100 xTex software, Design license (Node-locked)

      Qty: 2 OT-430 Training Module (online)

      Qty: 1 Maintenance (12 months) xTex Production Software

      Qty: 1 Maintenance (12 months) xTex Design Software

This is a combined synopsis and 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.

Natick Division is anticipating awarding this contract to the lowest priced technically acceptable offeror.  The xTex A2 Scanner is the unit that has been found to be the most compatible with the current 3D design software that has been approved.  Other 3D scanners have limited compatibility with the current 3D software.

This requirement is unrestricted.  The North American Industry Classification System (NAICS) code is 334118 (size standard is 1000 employees).  The Army’s Office for Small Business Programs concurs with the unrestricted determination.  Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01. FAR Clauses 52.212-1 through 52.212-5  and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. The Government contemplates an award of a Firm-Fixed-Price Contract resulting from this solicitation. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award.  Instructions for registration are available at the website.  Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply.  The following addenda or additional terms and conditions apply:  In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater.  The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping.

Offers should include price and delivery terms and the following additional information: Cage Code and UEI #. 

Submission Instructions:

All Offerors shall submit a proposal consisting of two sections. These two sections shall be labeled, Section I – Technical Proposal; Section II – Pricing Proposal. No Pricing Information shall be submitted in Section I.

Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services.

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

(i) technical capability of services offered to meet Government requirements:

  1. Offeror shall provide the items as listed in the attached purchase description.

(ii) price: Items shall be priced with quantities and unit prices.  A total price shall be included that details all items being purchased including shipping.  Any applicable services shall include annual labor rate, labor hours, and detailed travel expenses.

(b) 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.

Required Period of Performance is one (1) year after date of award.  Items will be delivered within 90 days of contract award.     

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. FAR 52.212-1 Instructions to Offerors--Commercial Items applies.

Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability and price. Each is equally important. 

Offers should include price and Period of Performance and the following additional information: CAGE Code. 

Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website.

FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply.

Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply.

Inquiries and responses, with the RFQ # in the subject line, may be sent via email to Eileen Emond at eileen.emond.civ@army.mil,  and Brandon Rivett at brandon.j.rivett.civ@army.mil,  no later than 04 August 2022 @ 12:00 pm EST. Offers received after this time/date are late and will not be considered for award. 

Contact Information

Contracting Office Address

  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA

Primary Point of Contact

Secondary Point of Contact

History