Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2022 SAM #7538
SOLICITATION NOTICE

66 -- PolyLab extruder equipment modification

Notice Date
7/19/2022 6:38:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-22-PolyLab
 
Response Due
7/29/2022 11:00:00 AM
 
Archive Date
08/31/2022
 
Point of Contact
Eileen Emond, Phone: 508-206-2036
 
E-Mail Address
eileen.emond.civ@army.mil
(eileen.emond.civ@army.mil)
 
Description
The Department of the Army, ACC-APG, Natick Contracting Division, Natick, MA intends to purchase the following item(s)/services one (1) Torque Rheometer and services to install the Torque Rheometer onto the existing PolyLab IAW attached Statement of Work (SOW), which will be utilized as a new drive system that is compatible with current hardware.� This will allow the inoperable Polylab extruder to be modified and retrofitted with a new drive system, temperature control and data acquisition system.� This upgrade will provide the capability to use existing extrusion hardware, such as single and twin screw extrusion barrels, for the research and development of compounded polymer formulations, films and fibers.� Travel cost will be set at a Not to Exceed (NTE) value of $3,000.� This is a combined synopsis and 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; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is W911QY-22-PolyLab. �This requirement is unrestricted.� NAICS Code is 333249.� Size standard is 500 employees. �The Army�s Office for Small Business Programs concurs with the unrestricted determination.� Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, price and past performance. Each is equally important. 52.212-2�Evaluation�Commercial Products and Commercial Services. Evaluation�Commercial Products�and�Commercial Services�(Nov 2021) (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: Technical Capability Offerors shall demonstrate how they meet General and Specific specifications in the SOW by submission of a technical data sheet and/or written description outlining how their specifications will meet the requirements in the Statement of Work. Offeror shall submit demonstrated general and specialized personnel qualifications showing an understanding of basic and advanced extrusion operation and control, as well as electrical skills required to perform installation of torque rheometer into existing PolyLab. Price Past Performance - The Government will evaluate proposed past performance to determine how relevant a recent effort accomplished by the Offeror is to the current requirement. The Government shall consider an example to be recent if the period of performance of the example occurred within three (3) years of the date of this solicitation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three (3) years Each example shall not exceed two (2) pages and shall include the following: Contract number, date of award, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS) code Government contracting activity, Contracting Officer name, telephone number, and email address Government Contracting Officer Representative (COR) and/or technical representative, telephone number, and email address If Offeror performed as a subcontractor, prime contractor company name, point of contact name, telephone number, and email address in lieu of or in addition to the contact information required in (b) and (c) above Contract type Awarded price/cost Description of the specific tasks or activities performed by the Offeror itself under the contract Narrative: Offerors shall provide a narrative for each past performance example. The narrative shall describe the contract listed, the contract objectives achieved by the Offeror, and how the contract is relevant to the requirements of this solicitation. Offerors shall state if they have no recent or relevant past performance. In the case of an�offeror�without a record of relevant�past performance�or for whom information on�past performance�is not available, the�offeror�may�not be evaluated favorably or unfavorably on�past performance. ����Technical and�past performance, when combined, are�more important than price. ������(b)�Options (if applicable). 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) Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award.� Instructions for registration are available at the website.� FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply.� Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply.� The following addenda or additional terms and conditions apply: �In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater.� The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping.� Offers should include price and delivery terms and the following additional information: Cage Code.� Offers may be e-mailed to eileen.emond.civ@army.mil. �Required delivery/Period of Performance is 5 months after award, F.O.B. Destination Natick, MA� 01760.� Offers must be received by 2:00 p.m. Eastern Standard Time on 29 Jul 2022.� Offers received after this date are late and will not be considered for award.� For information on this acquisition contact eileen.emond.civ@army.mil with the RFQ # in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d3cf0e20bbb34a39934aabfe11a077e5/view)
 
Place of Performance
Address: MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN06394432-F 20220721/220719230058 (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.