Skip to main content

An official website of the United States government

You have 2 new alerts

3-D printing accessories and service for a 3-D Discovery printing machine

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Mar 30, 2023 03:17 pm EDT
  • Original Response Date: Apr 06, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 07, 2023
  • Initiative:

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

INTRODUCTION

THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).

The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA) the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to REGENHU SA of Zone Industrielle Le Vivier 22 Villaz-st pierre, Fr 1690, Switzerland for 3-D printing accessories and service for a 3-D Discovery printing machine

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS

The intended procurement is classified under NAICS code 334516 Analytical Laboratory Instrument Manufacturing with a Size Standard of 1000.  

REGULATORY AUTHORITY

This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6—Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization).

The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2022-08 dated October 22, 2022.

DESCRIPTION OF REQUIREMENT

PURPOSE AND OBJECTIVES:

The 3D Discovery system (3DD01) is a 3D printing system that combines several technologies to allow for the production of high-quality, precision 3D objects.

Purchase Description:

(1) Specify trade name; RegenHu

(2) Specify product’s brand name; 3-D Discovery system (3DD01) with Thermo polymer extruder (HM-300H) and accessories.

(3) Specify  manufacturer's name; (3) Specify model, type, catalog, and/or part number(s)> 3-D Discovery system (3DD01) with UV Curing kit (UV-365NM) and Thermo polymer extruder (HM-300H) and accessories

Salient characteristics The unique features of the 3D Discovery system (3DD01) with UV Curing kit (UV-365NM) and Thermo polymer extruder (HM-300H) are

  1. 900 002 775 – Thermo Polymer Extruder HM-300H
    1. For contact dispensing of thermopolymers or abrasive media
    2. Printing speed of up to 20 mm/s
    3. Compatible with highly viscous melts (up to 150 000 mPa.s)
    4. Heated pellet feed container (up to 240°C)
    5. Auger screw driven
    6. Fits metallic dispensing needles (ID = 0.1 - 0.51 mm)
  2. 900 003 929 - THERMOBASE PLATFORM HEATER 3DD TB-80H
    1. Heated substrate holder
    2. Integrated vacuum holder
    3. Ambient temperature to 80°C
    4. Requires heater control unit (HU80H)
  3. 900 003 930 – HEATER CONTROL UNIT HU-80H
    1. Power rack upgradable up to 5 digital control channels
    2. Input power: 100-240V/47-63Hz
  4. 900 003 935 - THERMOBASE PLATFORM COOLER 3DD TB-05C
    1. Cooled substrate holder
    2. Integrated vacuum holder
    3. Temperature control 5 to 40°C
    4. Requires cooling unit (CU-05)
  5. 900 010 377 - COOLING UNIT CU-05-110V
    1. Thermostat-circulation pump
    2. Temperature range 5 to 37°C
    3. External temperature sensor
    4. Input power: 110V/50-60Hz
  6. 900 019 01 - PREVENTIVE MAINTENANCE
    1. Change of wear parts
    2. Instrument verification, main parts check, calibration and cleaning
    3. Laminar Flow protocol check and value set-up for 3D Discovery
  7. 900 006 091 - INSTALLATION SETUP AND OPERATOR TRAINING
    1. On-site installation and commissioning of equipment.
    2. One-day training for future operators
    3. Travel and accommodation expenses for regenHU  engineer included
  8. 900 014 483 – Shipping and handling

ESTIMATED PERIOD OF PERFORMANCE:

Period of performance is NLT October 2023

CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION

The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, REGENHU SA of Zone Industrielle Le Vivier 22 Villaz-st pierre, Fr 1690, Switzerland is the only vendor in the marketplace that can provide the services required by NIDA .

The intended source is:

REGENHU SA

Zone Industrielle Le Vivier 22

Villaz-st pierre, Fr

1690, Switzerland

CLOSING STATEMENT

THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice.

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95023Q00190. Responses must be submitted electronically to Kaitlyn Landi, Contract Specialist, at kaitlyn.landi@nih.gov and KJ Shaikh, Contracting Officer, at kj.shaikh@nih.gov.  U.S. Mail and fax responses will not be accepted.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History