Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2021 SAM #7139
SOLICITATION NOTICE

56 -- Precast Concrete Specimens for Weathering Study

Notice Date
6/16/2021 7:37:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327331 — Concrete Block and Brick Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NIST-RFQ-21-73-01926
 
Response Due
7/6/2021 8:00:00 AM
 
Archive Date
07/21/2021
 
Point of Contact
Lauren P. Roller, Phone: 3019753062
 
E-Mail Address
lauren.roller@nist.gov
(lauren.roller@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 2021-05 dated March 10, 2021. The associated North American Industrial Classification System (NAICS) code for this procurement is 327331� Concrete Block and Brick Manufacturing. The small business size standard is 500 employees. This request for quotation is issued on a total small business set-aside basis. � DESCRIPTION OF REQUIREMENTS Background The National Institute of Standards and Technology (NIST) Engineering Laboratory (EL) studies the durability and service life of polymers, polymer composites, and other engineered materials used in infrastructure applications. Fiber reinforced polymer (FRP) composites are widely-used repair and strengthening materials applied to buildings, bridges, and other infrastructure across the United States. A key research area in the EL is the long-term durability of FRP composites bonded to concrete when exposed to different environmental conditions. Objectives The purpose of this procurement is acquisition of precast concrete specimens for weathering research. This requirement includes both base requirements and options for increased quantity. Scope of Work & Specific Tasks Please see the attached Statement of Need. � DELIVERY REQUIREMENTS AND PERIOD OF PERFORMANCE Products meeting base requirements (CLIN 0001) shall be delivered within 45 days after contractor receipt of order. However, the award shall have an overall period of performance of three years and two months from date of award. This overall period of performance includes a two-year base period in which options for increased quantity may be exercised, 45 days for the delivery of any optional products ordered, and time for inspection, acceptance and invoice submission. The one-year warranty period associated with all ordered products shall begin following acceptance of products. Options for increased quantity may be exercised at the Government�s discretion at time of award or any time after the award within the two-year base period of performance. Delivery for any options exercised shall be completed on a F.O.B Destination basis within 45 days of option exercise. The minimum period of performance is two years and two months from date of base award and the maximum period of performance, inclusive of any options exercised, is three years and two months from date of base award. The maximum period of performance would occur if an option for increased quantity were exercised on the last day of the two-year base period; thus 45 days for delivery of the optional products, plus time for inspection, acceptance, and invoice submission, plus the one-year warranty,� would result in the additional one year and two months). � CONTRACT TYPE & PAYMENT TERMS A firm fixed price purchase order with options for increased quantity is anticipated. Payment shall be made on a NET30 basis after inspection and acceptance of ordered products. � APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. Quoters must complete the highlighted sections of the provisions with their quotation.� QUESTION AND ANSWER PERIOD CAR 1352.215-73 INQUIRIES (APR 2010): � Quoters must submit all questions concerning this solicitation in writing electronically to Ms. Lauren Roller, Contract Specialist, at lauren.roller@nist.gov. Questions must be received by or before June 23, 2021 at 11:00 AM 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 Ms. Lauren Roller, Contract Specialist, at Lauren.Roller@nist.gov. Submission must be received not later than July 6, 2021 at 11:00 AM ET. Note: Quoters must have an active registration at www.SAM.gov at time of offer submission to be considered for award. INSTRUCTIONS TO QUOTERS 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, DUNS 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) shall not exceed fifteen (15) single sided pages. Text shall be no less than 12-point Arial or otherwise reasonably legible font in read-only Microsoft Word or searchable Adobe PDF format. 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 a narrative description of the Quoter�s technical capabilities as well as discussion of the approach to schedule and warranty. The response shall include details of any relevant certifications held by the Quoter, of ability to create custom concrete molds and specimens as required, and of ability to provide durable products in accordance with the Statement of Need requirements. The response shall also include information on delivery timeframes offered and warranty terms offered. The technical response shall also include past performance information for at least three (3) purchase orders or contracts in which the Quoter performed work similar to the scope of this requirement. Past performance information provided shall be for work completed or substantially completed within the past five (5) years. Past performance shall include the following information: Name of the Organization Supported Organization Point of Contact with Current Phone Number and Email Address Contract Number Period of Performance Dollar Value of the Contract Narrative describing the services performed. The narrative should make clear similarities to the scope of work outlined in this solicitation. 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 90 days after solicitation close. Provisions and Clauses: Quoters must include a completed copy of the provisions and clauses document with their quotations. Fill-in areas of the provisions are highlighted in yellow. � CONTRACT LINE ITEM STRUCTURE: Responsible Quoters shall provide pricing for the line items identified in the attached Microsoft Word copy of this solicitation. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, represents best value to the Agency. Best value shall be determined using the trade-off evaluation method. Quotations shall be evaluated against the following non-price evaluation factors and price. Non-price evaluation factors are of equal importance: 1) Technical Capability, 2) Schedule and Warranty, and 3) Past Performance. Non-price factors when combined are more important than price for this requirement.� The Government anticipates making an award without discussions. It is requested that the contractor submit its best quotation and the contractor is encouraged to provide discounts. 1. Technical Capability The Government will evaluate quotations for the degree to which they meet stated product requirements. Meeting all requirements will be evaluated favorably, exceeding requirements will be evaluated more favorably and not meeting all requirements will be evaluated less favorably. Certification by APA (the Architectural Precast Association), state departments of transportation, and other professional concrete manufacturing or stakeholder associations will be evaluated favorably. The Government will also evaluate for precast concrete specimen durability performance as demonstrated by the degree of affirmed ability of precast concrete specimens to withstand harsh environmental conditions that include 300 freeze/thaw cycles, 3,000 hours of high temperature and moisture exposure, and 3,000 hours of sea water immersion. Acceptable durability of precast concrete specimens is defined as precast concrete specimens that do not crack (cracks with >1/8� depth, >1� length), spall (>10 % of surface area), or lose more than 20 % bending or compressive strength after the accelerated weathering cycles described. � 2. Schedule and Warranty The Government will evaluate quotations for the degree to which they affirm ability to address the schedule and warranty requirements. Affirmed ability to deliver base products within 45 days after receipt of order, and ability to deliver optional products within 45 days after receipt of option exercise will be evaluated favorably. Faster delivery will be evaluated more favorably. Slower delivery will be evaluated less favorably. Affirmed ability to meet warranty requirements, including replacement of products documented not to meet warranty requirements within 60 days after notice, will be evaluated favorably. Lesser warranty terms, or inability to provide warranty terms, will be evaluated progressively less favorably. 3. Past Performance The Offeror�s past performance will be evaluated to determine the extent to which the offeror has successfully performed work relevant to the work described in the Statement of Work. Relevancy shall be considered similarly to the current requirement in scope of work, period of performance, and total dollar value. The government will consider past performance on efforts completed or substantially completed within the past five (5) years. Demonstrated past performance regarding the ability of prior cast concrete formulations to withstand harsh environmental conditions either outdoors or via accelerated weathering will be evaluated favorably. � 4. Price Pricing will be evaluated but not scored. Price evaluation will determine whether the quoted prices are complete and reasonable in relation to the requirements and based on what a prudent person would pay in the marketplace. � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bcaa9237b1fd471a9ff32f6b11b1a5d3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06033893-F 20210618/210616230122 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.