Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
MODIFICATION

36 -- Fabric Touch Testing Instrument - Amendment 1

Notice Date
9/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-16-Q-FABT
 
Archive Date
9/27/2016
 
Point of Contact
Jean t. Greenwood, Phone: 5082336101
 
E-Mail Address
jean.t.greenwood.civ@mail.mil
(jean.t.greenwood.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 1 W911QY-16-Q-FABT This is a combined synopsis/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. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is W911QY-16-Q-FABT. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89, effective 15 August 2016. The US Army Natick Soldier Research, Development and Engineering Center (NSRDEC) has a requirement to procure a fabric touch testing instrument, capable of measuring the following fabric characteristics: thickness, compression, bending, roughness, friction, and thermal properties. This is in support of the NSRDECs research and development efforts for quantifying the sensations of touching a fabric used to predict the subjective primary sensory indices of hand feel and touch feel, namely smoothness, softness, warmth, and total hand/touch feel. The objective measurements will be valuable tools for the development of suitable military clothing and fabrics. This is a full and open competition using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 333249 Other Industrial Machinery Manufacturing. The small business size standard is 500 Employees. DESCRIPTION OF REQUIREMENT: 1. The Contractor shall provide a fabric touch testing device which shall fulfill the requirement to characterize the tactile sensory properties of textile materials with simulation of the fabric-skin contact process that meet all requirements included in Attachment 1- Specifications, and shall also include all necessary software to run the device. The contractor shall include all shipping and handling FOB Destination. The device must be able to measure all the mechanical and surface properties of a fabric in one test with a duration of five (5) minutes or less after reaching test conditions. The device shall be capable of measuring the following fabric characteristics: thickness, compression, bending, roughness, friction, thermal properties 2. DFARS 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program applies to this acquisition. The contractor shall include Attachment 2- Buy American - Free Trade Agreements - Balance of Payments Program Certificate with their quotation specific to this requirement. SUBMISSION REQUIREMENTS: The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Failure to include any of the items below may render the Offeror non-responsive. Responses to this announcement shall include: 1. A Firm Fixed Price quote, inclusive of all charges and with FOB Destination shipping terms, for the requirement stated above. The quotation shall not include taxes (tax exempt certificate may be provided to the awardee upon request). The response to this solicitation shall include company name and address, Cage Code, DUNS Number, Point of Contact name and e-mail address, and acknowledgement of amendments to this solicitation (if any). 2. The Offeror shall include complete product specifications for the item being quoted. 3. Completed and signed representations and certifications. As prescribed in DFARS 252.204-7004, interested parties must be registered with System for Award Management (SAM) under the NAICS 333249. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM. The offeror shall include Attachment 2 DFARS 252.225-7035 - Buy American-Balance of Payment Certificate Basic - identifying country of origin specific to the requirements of this solicitation with their response. Any offeror failing to identify country of origin IAW DFARS 252.225-7035 may be considered non-responsive. ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA: Award will be made to the responsible (See also DFARS 252.213-7000), responsive Offeror whose offer represents Lowest Price Technically Acceptable offer based upon the description of the requirement, to include Attachment 1. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated by reference: Provision 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition and Addenda to this clause are contained in the section entitled "SUBMISSION REQUIREMENTS" above. Provision 52.212-2 Evaluation -- Commercial Items, applies and specific evaluation criteria to be used are contained in the section "ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA" above. Provision 52.212-3 Offeror Representations and Certifications -- Commercial Items Alt 1, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 3 above. The offeror's attention is directed to the requirement to provide country of origin information IAW DFARS 252.225-7035. Clause 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition; and the Product Description/Statement of Work (SOW) and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212-4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019), applies to this acquisition. ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. 52.209-6 Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.219-1 (ALT 1) Small Business Program Representations 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance. 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-23 (Alt 1) Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.O.B. Destination 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2016-O0003) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2016-O0003) 252.204-7003 Control of Government Personnel Work Product 252.204-0001 Line Item Specific: Single Funding 252.204-7004 Alt A System for Award Management 252.204-7006 Billing Instructions 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to litigation Support contractors 252.211-7003 Item Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7036 (Alt 1) Buy American Act - Free Trade Agreements - Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation by Sea 252.247-7024 Notification of Transportation of Supplies by Sea 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) SUBMISSION OF RESPONSES: The responses to this solicitation/synopsis shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked in the subject line with the solicitation number, requirement, and the identity of the submitting firm. Quotes may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your quote. Proposals shall be submitted electronically to Andrea Albanese and Jean Greenwood at the Natick Contracting Division via andrea.l.albanese.civ@mail.mil and jean.t.greenwood.civ@mail.mil. All proposals shall be submitted by 4:00 pm EDT on 09/15/2016. Quotes will only be accepted electronically via the e-mail address provided above. It is the Offeror's responsibility to confirm that their proposal submission has been received. Offerors will not be reimbursed for any costs resulting from quotation preparation or costs associated with inquiring about or responding to this solicitation. QUESTIONS: Questions regarding this acquisition may be submitted to Andrea Albanese and Jean Greenwood at the above listed email address no later than 2:00PM Eastern September 13, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8ebf4fb0a972a16aa310cc8a0112663e)
 
Record
SN04261035-W 20160909/160908000255-8ebf4fb0a972a16aa310cc8a0112663e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.