Skip to main content

An official website of the United States government

You have 2 new alerts

Software for Multi-laser Systems

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: Jan 22, 2025 10:17 am EST
  • Original Published Date: Jan 22, 2025 09:53 am EST
  • Updated Date Offers Due: Feb 05, 2025 12:00 pm EST
  • Original Date Offers Due: Feb 05, 2025 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 20, 2025
  • Original Inactive Date: Feb 20, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Gaithersburg , MD 20899
    USA

Description

This is a Combined Synopsis / Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation of Commercial Items – as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13.

THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT (i.e. STANDARD FORM) WILL NOT BE ISSUED.

This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 dated January 17, 2025.  

The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 – Other Computer Related Services. The small business size standard of $34,000,000. This is a total small business set-aside competition. Only small businesses under the applicable NAICS code are eligible to respond.  

DESCRIPTION OF REQUIREMENTS
Background
The National Institute of Standards and Technology (NIST) Engineering Laboratory (EL) Systems Integration Division (SID) has led an informal working group since April 2021 to develop an information model for the neutral representation of the Laser Powder Bed Fusion process for metals additive manufacturing.  The models developed in the work are based on the EXPRESS Schema, with an intended proof of concept implementation using the ISO 10303 AP 238 specification.  New software is needed to further develop and test the information models, including software support for a demonstration build.

Objectives
The objective of this requirement is to procure a software system to formalize the development of the consistent interpretation of additive manufacturing of metal parts.

Scope of Work  
Please see the attached Statement of Requirements.
 

DELIVERY REQUIREMENTS

Delivery of the software shall be conducted electronically within 30 calendar days of award. Remote software installation assistance shall be provided by contractor as needed.


CONTRACT TYPE & PAYMENT TERMS
A firm fixed price purchase order is anticipated.

APPLICABLE PROVISIONS AND CLAUSES
Please see the attached document for applicable provisions and clauses.


QUESTION AND ANSWER PERIOD
CAR 1352.215-73 INQUIRIES (APR 2010):
 

Quoters must submit all questions concerning this solicitation in writing electronically to Mr. Collin Randall, Contract Specialist, at Collin.Randall@nist.gov Questions must be received by or before Wednesday January 27 2025, at 12:00 PM ET. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.  (End of Provision).


DUE DATE FOR QUOTATIONS

All quotations must be submitted via email to Mr. Collin Randall, Contract Specialist, at Collin.Randall@nist.gov. Submission must be received not later than Wednesday February 5, 2025, at 12:00 PM ET.

Note: Quoters must have an active registration at www.SAM.gov at time of offer submission to be considered for award. “ID Assigned” is not acceptable; registration must be “Active.”

INSTRUCTIONS TO QUOTERS (Addendum to FAR 52.212-1)

The Quoter’s quotation shall be submitted electronically via email and shall consist of two volumes as detailed below. Each quotation volume shall include the Quoter’s name, System for Award Management Unique Entity Identifier (UEI) number, and point of contact information in a cover page, header/footer, or other easily identified location. The Contracting Officer intends to award a purchase order without discussions but reserves the right to enter into discussions if in the best interest of the Government.

Volume 1: Technical Response

This volume shall contain the Quoter’s technical response. The technical response (not including table of contents or past performance information) shall not exceed ten (10) single-spaced, single sided pages or twenty (20) double-spaced, single sided pages. Text shall be no less than 12-point font in read-only Microsoft Word or searchable Adobe PDF format. 10-point font is acceptable for graphics.

The technical response shall include the name, title, phone number, and email address of the Quoter’s primary point of contact and the individual authorized to negotiate on behalf of the Quoter (if negotiations are determined to be necessary).

The technical response shall include:

  1. A description of the proposed system specifications and capabilities as it relates to the requirements identified in the Requirements Document, including the warranty and training requirements.

Delivery and Training Schedule Information.

Volume 2: Price Quotation

This volume shall contain the Quoter’s price quotation in read-only Microsoft Excel format, or in searchable PDF format. All figures must be rounded to the nearest hundredth.

Price quotations shall be submitted on a firm fixed price basis in accordance with the contract line-item numbering structure identified in this solicitation. Quotations shall be valid for 60 days after solicitation close.
 

Price quotations shall include unit pricing and total cost, inclusive of the required commercial product, shipping and delivery, training, and warranty.


To assist the Government in evaluating firm fixed price quotations, the Quoter shall provide a breakdown of the proposed fixed price by item quoted and shall separate delivery and training pricing from the rest of the quote. 

Quoters shall also include a proposed fixed price payment schedule based on requirement deliverables.

CONTRACT LINE-ITEM STRUCTURE:

Responsible Quoters shall provide pricing for the following line item:

LINE ITEM 001: Laboratory Software License in accordance with the attached Statement of Requirements

EVALUATION CRITERIA AND BASIS FOR AWARD (Addendum to FAR 52.212-2)

The Government intends to award a firm fixed price purchase order resulting from this solicitation to the responsible Quoter whose Quotation, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered.

Upon receipt of Quotations, the Contracting Officer will review them to determine if each Quoter followed all of the Quotation preparation/submission instructions in this solicitation. A Quotation that did not follow the Quotation submission instructions to an extent that the Government cannot properly evaluate the Quotation in accordance with the stated evaluation factors may be deemed unacceptable and may not be further evaluated.

The Government intends to evaluate quotations on the basis of Lowest Price Technically Acceptable (LPTA).
Responses to this solicitation shall include clear and convincing evidence of the Quoters’ capability as it relates to the identified requirements. Under the lowest-price technically acceptable (LPTA) process, Quoters will be determined to be “technically acceptable” or “technically unacceptable.” Award will be made to the lowest-priced quote amongst technically acceptable quotes. To be determined technically acceptable, quotations shall meet the following requirements:

(1) Technical Capability:  The Quoter must clearly indicate in its quotation the ability to provide all technical, training, and warranty requirements identified in the Specifications document.
 

(2) Schedule: The Quoter must clearly indicate in its quotation the ability to meet the schedule requirements of delivery within 30 calendar days of award and training within 30 days after delivery.

Contact Information

Contracting Office Address

  • ACQUISITION MANAGEMENT DIVISION 100 BUREAU DR.
  • GAITHERSBURG , MD 20899
  • USA

Primary Point of Contact

Secondary Point of Contact

History