This combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This commercial item is being conducted under FAR Part 13 Simplified Acquisition Procedures. VA will conduct the procurement according of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. Solicitation Number 36C24W25Q0044. This solicitation is issued as a request for quotation (RFQ). The government requires that all contractors doing business with this office be registered with the System for Award Management (SAM). No award can be made to a company that is not registered in SAM. For additional information and to register in SAM, access the website at https://ww.sam.gov/. Please ensure representations and certifications are complete to allow Contracting Officers to determine your business size and any additional socio-economic categories, if applicable. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2025-02, January 03, 2025 This is unrestricted. NAICS Code 323111. Business size: 750 Line Item Description Quantity 0001 21450 MarkForged, Inc X7 1 EA 0002 S-DF-0003 MarkForged, Inc On Prem Subscription (replacing software) 1 EA 0003 S-DF-21450 MarkForged, Inc Essential Subscription (replacing support) 1 EA 0004 F-MF-0001 MarkForged, Inc 800cc Onyx Filament Spool 5 EA 0005 5 F-FG-0005 MarkForged, Inc 150cm3 Carbon Fiber CFF Spool 2 EA 0006 F-FG-0006 MarkForged, Inc 150cm3 Kevlar CFF Spool 2 EA 0007 GSMF-INST GovSmart, Inc.Installation and Training for Markforged 3D Printers 1 EA Description of requirement: Brand Name or Equal: 3D Printer The VA North Texas Health Care System (VANTHCS) has a requirement to purchase Dental Equipment with an authorized vendor to supply and deliver the item(s) identified in part v. See attachments for salient characteristics. This requirement is in support of the activation of the Garland Dental Expansion. Date and Place of Delivery: Items needs to be delivered and or installed after receipt of purchase order and no earlier than April 18, 2025 but no later than May 18, 2025 to: VA San Diego Spinal Cord Injury and CLC 3350 La Jolla Village Drive San Diego, CA 92161 Delivery shall be freight on board (FOB)- Destination. The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1600 (i.e.: 8:00am to 4:00pm Central Standard Time), Monday through Friday, and excluding Federal Holidays. Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. If the vendor requires the use of the Government s activation contractor s warehouse to meet the requirements of this contract the vendor must provide a certificate of insurance prior to the delivery and offloading of the item(s). This insurance certificate must be completed and presented to the activation contractor prior to delivery. The vendor shall communicate through the VA POC any required coordination requirements. The vendor shall provide a completed VA Form 6550 with submittal documents for any and all item(s) that may connect to the VA network and medical devices that store sensitive patient information. FAR 52.212-1, Instructions to Offerors Commercial Items (SEP 2023), applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL. Please provide the following to Alexandra Arzola at alexandra.arzola@va.gov Contractor s Administration Data Company Name Contact Person Title Address City/State/Zip Phone Fax E-Mail Tax ID No Unique Entity Identifier (EUI) Provide a complete quote per line items (v) and (vi) listed above. Acknowledge any and all amendments to solicitations. Complete and return provision 52.212-3 with quote. Provide illustration(s) of the product. Complete 52.225-2 Buy American Certificate. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online through www.sam.gov FAR 52.212-2, Evaluation Simplified Acquisition Procedures (NOV 2021), applies to this acquisition. The Government will select the quote that represents the best benefit to the Government at a price that can be determined fair and reasonable. The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. BASIS FOR AWARD: The Government will select the offeror that represents the best benefit to the Government at a price that can be determined fair and reasonable. Following receipt of offers, the Government will perform a comparative evaluation, in accordance with FAR 13.106-2(4)(ii) of the proposed services. The Government will compare offers to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. 52.212-3, Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, as well as the following addenda: 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 852.203-70 COMMERCIAL ADVERTISING 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEVIATION) 852.215-71 EVALUATION FACTOR COMMITMENTS 852.246-71 REJECTED GOODS FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items, applies to this acquisition. 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204 27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (DEC 2023) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219 28, Post-Award Small Business Program Representation (SEP 2023) 52.222 19, Child Labor Cooperation with Authorities and Remedies (NOV 2023) 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1 Buy American Supplies (OCT 2022) 52.225-2 Buy American Certificate (OCT 2022) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.229 12, Tax on Certain Foreign Procurements (FEB 2021) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) The submission date and time of proposals are as follows: February 18, 2025 4:00pm Central Standard Time (CST) EMAIL ONLY: alexandra.arzola@va.gov