Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
MODIFICATION

72 -- S2PRINT Access Flooring and Understructure

Notice Date
11/1/2023 1:13:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-24-R-FLOR
 
Response Due
12/4/2023 9:00:00 AM
 
Archive Date
12/19/2023
 
Point of Contact
Chris Welsh, Phone: 5082062088, Brandon Rivett
 
E-Mail Address
richard.c.welsh2.civ@army.mil, brandon.j.rivett.civ@army.mil
(richard.c.welsh2.civ@army.mil, brandon.j.rivett.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Department of the Army, Army Contracting Command - Aberdeen Proving Ground (ACC - APG), Natick Division, in support of the U.S. Army Combat Capabilities Development Command � Soldier Center (DEVCOM-SC), Army Research Institute of Environmental Medicine (ARIEM) Soldier Squad Research Performance Institute (S2PRINT), has a�requirement for the procurement and installation of access flooring and supportive understructure required for three (3) force platform floor pits in two laboratories within the S2PRINT facility at the Soldier Center in Natick, MA. The DEVCOM-SC Biomechanics and Engineering team and US ARIEM Biomechanics team require raised access flooring and supportive understructure for three floor pits in S2PRINT�s Biomechanics laboratories to fill gaps surrounding instrumented in-ground force plate platform systems and protect in-ground force plates from damage. Description of Specifications 1.�� �The contractor shall provide: ��� �Furnish and install approximately 1152 Square Feet (SF) of raised access flooring, supporting, over three different floor elevations: 5.25� Finished Floor Height (FFH), 12� FFH, and 4.5� FFH, in two force plate pits and one treadmill pit within the Soldier Squad Research Performance Institute (S2PRINT) facility (one pit will have two different FFH). Flooring should be level with surrounding concrete and AMTI (Advanced Mechanical Technology Inc.) force platform structures. Schematics of AMTI forceplates can be made available upon request. ��� �Panel: Bare panels, with specifications: Static design load of 4,000 lbs, minimum ultimate loads of 8,000 lbs. Rolling loads of 10 passes at 2,700 lbs and 10,000 passes at 2,400 passes, and an impact load of 300lbs. Panel surface look and texture should be close to that of cement/concrete/force platform finish (AMTI for reference) and must be approved by Soldier Center (SC) and Army Research Institute of Environmental Medicine (ARIEM) subject matter experts (SME); not non-skid, but not smooth; a 24�x24� panel must weigh under 13.5 lbs/Ft2 with the ability to customize and or re-size to fit space. Panel cannot be free floating and must be mounted with ability for customer to remove. Bare panel must be protected from corrosion and made of a non combustible material. SC and ARIEM must be able to remove panels ourselves after installation.� ��� �Understructure: 2� deep heavy-duty bolted stringer understructure system with pedestal bases adhered to subfloor with raised flooring pedestal adhesive, across depressed slab condition; 5.25� FFH, 12� FFH and 4.5� FFH. One pit will have 5.25� and 4.5� depths, another 4.5� depth and the treadmill pit will have a 12� depth.� ��� �Must also be capable of executing option CLIN- installing small area approximately 130sqf or less of access flooring meeting specific height (<2�) and design load (4k lbs) which will be under ARIEM force plates. ��� �Lifters: Three (3) Panel lifters appropriate for panels chosen. ��� �Gasketing: Closed Cell gasketing where floor panels abut perimeter wall conditions. ��� �Attic Stock: Carrying six (6) extra floor panels as attic stock.� ��� �Submittals: Product information and shop drawing for review and approval by SC and ARIEM SMEs. ��� �Installers on-site for the installation of access flooring across three (3) pits in one continuous installation timeframe within the S2PRINT facility at the US Army Soldier Center in Natick, MA Installation is required to happen after AMTI installs forceplates in the pits, and is dependent on AMTI installation schedule.� ��� �Delivery must be coordinated by vendor to the US Army Soldier Center in Natick, MA. Specific location the S2PRINT facility. This notice serves as a formal Request for Proposal (RFP) from the Natick Contracting Division (Army Contracting Command), Soldier Systems Center, Natick, MA, for the procurement and installation of access flooring and supportive understructure at the US Army Soldier Center in Natick, MA, as described in the Purchase Description. This is a combined synopsis and solicitation for commercial products and services 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. The RFP number is W911QY-24-R-FLOR. The Government has determined that this acquisition will be a Firm Fixed Price contract being issued as a�result of this solicitation. All timely offers will be considered, and submission shall be in accordance with Submission Instructions contained herein. Evaluation factors are Technical Capability, Price, and Past Performance. The Government intends to make award to the Offeror whose proposal represents the Best Value to the Government. This requirement is 100% set-aside to Small Business concerns using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 238330 -- Flooring Contractors. The small business size standard is $19M. The Army�s Office for Small Business Programs concurs with the small business set aside determination. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. FAR Clauses 52.212-1 through 52.212-5, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. FAR Clause 52.219-6 applies to this solicitation and any resulting award. 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. 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 and UEI #. Submission Instructions: All Offerors shall submit a proposal consisting of three (3) sections. These three (3) sections shall be labeled; Section I � Technical Proposal; Section II � Pricing Proposal; and Section III � Past Performance. No Pricing Information shall be submitted in Section I. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services. (a) The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: I. Technical capability of services offered to meet Government requirements: The Contractor shall provide all labor, material, and equipment to furnish and install the access flooring detailed in the Purchase Description. II. Price: annual labor rate, labor hours, and detailed breakdown of pricing shall be submitted. III. Past Performance: 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: 1. Contract number, date of award, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS) code. 2. Government contracting activity, Contracting Officer name, telephone number, and email address. 3. Government Contracting Officer Representative (COR) and/or technical representative, telephone number, and email address. 4. 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 above. 5. Contract type. 6. Awarded price/cost. 7. Description of the specific tasks or activities performed by the Offeror itself under the contract. 8. 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. FAILURE TO SUBMIT A TIMELY PROPOSAL EXACTLY IN ACCORDANCE WITH THE SUBMISSION INSTRUCTIONS MAY RESULT IN THE OFFEROR�S PROPOSAL BEING REJECTED AS UNACCEPTABLE OR NONCOMPLIANT, AND THEREFORE INELIGIBLE FOR AWARD CONSIDERATION. A site-visit is scheduled for Monday 20 November 2023 from 1100 - 1200 EST. Please see the attachment for site-visit directions and required form. All questions about the solicitation must be submitted by 1200 EST on 27 November 2023. Questions submitted after this time/date may not receive a response. The anticipated delivery date is 7 months after contract award. Offers may be emailed to Chris Welsh at richard.c.welsh2.civ@army.mil. Offers must be received NLT 1200 EST on 4 December 2023. Offers received after this date are late and will not be considered for award. For information on this acquisition, please contact Chris Welsh at richard.c.welsh2.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/637b1b2e7ef64b77bdf15ca75c0002ef/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN06873003-F 20231103/231101230053 (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.