Search Contract Opportunities

3D Scanner

ID: FA930224Q0113 • Type: Synopsis Solicitation

Description

Combined Synopsis/Solicitation FA930224Q0113

Edwards Air Force base is searching for 3D scanners that are required in Edwards Prototype Lab to 3D scan aircraft and ground support equipment and components to aid in 3D modeling, 3D printing, and reverse engineering during the instrumentation design process. Edwards Prototype Lab it is required to reverse engineer components, such as the ECP (External Camera Pod), to accurately capture surfaces and mounting holes/mounting locations, with an accuracy of 0.001 or less, to obtain reference models aiding in the design of instrumentation components such as PDUs (Power Distribution Units), camera mounts, and DAU mounts.

(i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR

12.603 as supplemented with additional information included in this notice. This announcement

constitutes the only solicitation for this requirement. Quotes are being requested and an

additional written solicitation will not be issued.

(ii) This is a request for quotation (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote/offer which shall be considered by the agency.

(iii) This combined synopsis/solicitation incorporates provisions and clauses that are in effect

through the Federal Acquisition Circular (FAC) 2024-07 as of 29 August 2024, Defense[SD1]

Federal Acquisition Regulation Supplement Publication Notice (DPN) 2024-06 and Air

Force Acquisition Circular (AFAC) 2021-0726.

(iv) This is a commercial acquisition with a 100% Small Business Set-Aside. Under NAICS for this requirement is 334516 with a business size standard of 1,000 employees.

(v) General description of requirement: The Government's need to purchase 3D scanners for use at Edwards Airforce Base in 3D scanning, aircraft, ground support and 3D modeling. Contract Line-Item Number (CLIN) Nomenclature and Contract Structure: The following represent the CLIN structure for this contract. The CLIN below, as also identified within the model contract, Full description of item and location are spelled out in the Salient Characteristics, these represent an estimated maximum quantity for each item. However, the Government reserves the right to order none, some, or more than the estimated quantities of each item solely based upon its needs.

CLIN - Description - QTY Unit

0001 Scantech Sharp 49- 3D Scanner- 1 Each

0002- ScanTech TrackScan-Probe 1 Each

0003- ScanTech SIMSCAN 42 Scanner- 1 Each

0004- Geomagic Design with 1st Year maintenance 2 Each

0005 Geomagic Software USB Dongle 2 Each

0006 6 Cans (400ml) 1 Each

0007- Scantech Targets 3 M 1 Each

0008- Scantech 6mm Magnetic Targets 100 pcs 1 Each

0009- Scantech Targets 12 mm 1 Each

0010 Geomagic Design Training Onsite- 3 Days, up to 4 people. All trainee expenses included

0011- Scantech Targets 6mm 1 Each

0012 Shipping (if applicable)

(vi)The specific requirements are outlined in the Salient Characteristics and are attached to this solicitation for use in 3D scanning different equipment and aiding in 3D modeling.

(vii) The Date and places of delivery and acceptance and FOB point for this requirement are as follows: This is a one-time purchase requirement. Delivery will be made to Edwards Airforce Base.

(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.

(ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. 52.212-2 Evaluation Commercial Products and Commercial Services (Nov 2021), is amended as follows:

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

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) 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.

(End of provision)

(x) The Provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial services, applies offerors are advised to submit a completed copy of the provision or have it completed on Sam by the Submission due date.

(xi) The provision at 52.212-4, Contract Terms and Conditions-Commercial Services, applies to this acquisition.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Additional FAR, DFARS, and DAFFAR[SD3] clauses and provisions that apply to this acquisition can be found in the attached model contract.

(xiii) No additional contract requirements or terms and conditions apply to this acquisition. There are no contract financing arrangements. There are no additional warranty requirements that are above and beyond what is consistent with customary commercial practices.

(xiv) Defense Priorities and Allocations System (DPAS): Is Not Applicable

(xv) The date, time and place offers are due.
Questions are due no later than: 23 Sep 2024
Offers are due no later than: 25 Sep 2024

Questions and Offers must be sent by email to: josiah.broadway@us.af.mil; susana.dryer@us.af.mil;

(xvi) For additional information or questions, please contact: Contract Specialists: Josiah Broadway at josiah.broadway@us.af.mil, and Contracting Officer: Susana Dryer at susana.dryer@us.af.mil.d.

All equipment, supplies and materials are to be provided by the contractor. they shall not be refurbished.

Background
The Edwards Air Force Base is seeking to procure 3D scanners for use in the Edwards Prototype Lab. The mission of this procurement is to facilitate 3D scanning of aircraft and ground support equipment, which will aid in 3D modeling, 3D printing, and reverse engineering processes during instrumentation design.

The goal is to accurately capture surfaces and mounting locations of components such as the External Camera Pod (ECP) to create reference models that assist in designing instrumentation components like Power Distribution Units (PDUs), camera mounts, and Data Acquisition Units (DAUs).

Work Details
The contract includes the following items with their respective quantities:

- CLIN 0001: Scantech Sharp 49 - 1 Each
- CLIN 0002: ScanTech TrackScan-Probe - 1 Each
- CLIN 0003: ScanTech SIMSCAN 42 Scanner - 1 Each
- CLIN 0004: Geomagic Design with 1st Year maintenance - 2 Each
- CLIN 0005: Geomagic Software USB Dongle - 2 Each
- CLIN 0006: Cans (400ml) - 1 Each
- CLIN 0007: Scantech Targets (3 M) - 1 Each
- CLIN 0008: Scantech – 6mm Magnetic Targets (100 pcs) - 1 Each
- CLIN 0009: Scantech Targets (12 mm) - 1 Each
- CLIN 0010: Geomagic Design Training Onsite (3 Days, up to 4 people, all trainee expenses included)
- CLIN 0011: Scantech Targets (6mm) - 1 Each
- CLIN 0012: Shipping (if applicable)

The salient characteristics required for the high-precision scanners include:
- Type: TrackScan-Sharp 49 and SIMSCAN42 with ultra-fast scanning capabilities using multiple blue laser crosses.
- Accuracy up to:
- TrackScan-Sharp: Up to 0.025 mm
- SIMSCAN42: Up to 0.020 mm
- Measurement rates up to:
- TrackScan-Sharp: Up to 2,600,000 measurements/s
- SIMSCAN42: Up to 2,800,000 measurements/s
- Scanning area dimensions up to:
- TrackScan-Sharp: Up to 500 mm x 600 mm
- SIMSCAN42: Up to 700 mm x 600 mm
- Laser class II (eye-safe), operating temperature range from -10°C to +45°C, and various output formats including .stl and .obj.

Place of Performance
Delivery will be made to Edwards Air Force Base, California.

Overview

Response Deadline
Sept. 25, 2024, 1:00 p.m. EDT Past Due
Posted
Sept. 18, 2024, 12:14 p.m. EDT
Set Aside
None
Place of Performance
Edwards, CA 93524 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
Signs of Shaping
The solicitation is open for 7 days, below average for the Air Force Test Center.
On 9/18/24 Air Force Test Center issued Synopsis Solicitation FA930224Q0113 for 3D Scanner due 9/25/24. The opportunity was issued full & open with NAICS 334516 and PSC 6640.
Primary Contact
Name
Josiah Broadway   Profile
Phone
None

Secondary Contact

Name
Susana Dryer   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation FA930224Q0113

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA930224Q0113

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA930224Q0113

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE TEST CENTER > FA9302 AFTC PZIE
FPDS Organization Code
5700-FA9302
Source Organization Code
500020370
Last Updated
Sept. 27, 2024
Last Updated By
susana.dryer@us.af.mil
Archive Date
Sept. 26, 2024