Insect Resistent Fibers

expired opportunity(Expired)
From: Federal Government(Federal)
W911QY17QIRPL

Basic Details

started - 17 Aug, 2017 (about 6 years ago)

Start Date

17 Aug, 2017 (about 6 years ago)
due - 31 Aug, 2017 (about 6 years ago)

Due Date

31 Aug, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
W911QY17QIRPL

Identifier

W911QY17QIRPL
Department of the Army

Customer / Agency

DEPT OF DEFENSE (708577)DEPT OF THE ARMY (133039)AMC (72591)ACC (74966)ACC-CTRS (32885)ACC-APG (10709)W6QK ACC-APG NATICK (1289)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Proposal (RFP); solicitation number is W911QY17QIRPL. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, effective 19 January 2017.The US Army Natick Soldier Research, Development and Engineering Center (NSRDEC) has a requirement for compounded thermoplastic materials incorporated with active pesticide (insecticide) in pellet form.This is a full and open competition using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 325991 Custom Compounding of Purchased Resins. The small business
size standard is 500 EMP.DESCRIPTION OF REQUIREMENT:The Contractor shall provide twenty-five (25) pounds of 2% loaded compounded material or sufficient concentrate (master batch) to make twenty-five (25) pounds of processed fiber under Phase I and II, as stated in Attachment 1 - Statement of Work (SOW). Material will be in the form of polymer pellets to be processed on NSRDEC's melt spinning machine.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 proposal, inclusive of all charges and with FOB Destination shipping terms, for the requirement stated above. The price proposal 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. A technical capabilities statement or document, not to exceed three (3) pages, that describes the Offeror's in-house experience and capabilities (to include personnel facilities and equipment) that demonstrates the Offeror's ability to perform the work described in the Government's Statement of Work (SOW) Attachment 1. In particular, the Offeror must demonstrate, through this capabilities statement, that it possesses both the knowledge and capability to produce small quantities of compounded thermoplastic materials with active pesticides.3. Completed representations and certifications. As prescribed in DFARS 252.204-7004, interested parties must be registered with System for Award Management (SAM) under the NAICS 325991. 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.See also the information contained in SUBMISSION OF PROPOSALS below.EVALUATION CRITERIA: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 the Best Value to the Government based upon a comparative evaluation of offers IAW FAR 13.106-2. In conducting its comparative evaluation of offers, the Government shall evaluate the following factors: technical capability, past performance, and price. Price and non-price factors are equal in importance, therefore, the Government reserves the right to award to other than the most highly rated, or other than the lowest price, offer.The Government shall evaluate the Offeror's stated technical capabilities (see para 3 under "Submission Requirements" above) for the requirement contained in Attachment 1 - Statement of Work. Included in the technical factor is consideration of whether or not the Offeror is within the 100 mile radius requirement in order for Governmentpersonnel to travel to observe the work at various points in this effort. All Offerors are reminded that unsupported promises to comply with the contractual requirements will not be sufficient to be deemed technically acceptable. Proposals must not merely reiterate or paraphrase the contractual requirements, but rather must provide convincing documentary evidence in support of any conclusive statements relating to the capabilities claimed.The Government may obtain Past Performance information to facilitate its evaluation of Past Performance from any sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials; and the Defense Contract Management Agency.Price shall be evaluated for fairness and reasonableness based upon price competition and in comparison with the Independent Government Cost Estimate (IGCE).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 SUBMISSIONREQUIREMENTS paragraph 3 above. The offeror's attention is directed to the requirement to provide country of origin information IAW DFARS 252.225-7000.Clause 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition; and the ProductDescription/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:52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-7 System for Award Management52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13 System for Award Management Maintenance52.204-16 Commercial and Government Entity Code Reporting52.204-18 Commercial and Government Entity Code Maintenance52.204-22 Alternative Line Item Proposal52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment52.209-10 Prohibition on Contracting With Inverted Domestic Corporations52.209-12 Certification Regarding Tax Matters52.211-17 Delivery of Excess Quantities52.219-1 (ALT 1) Small Business Program Representations52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns52.219-28 Post-Award Small Business Program Rerepresentation52.222-3 Convict Labor52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-22 Previous Contracts and Compliance Reports52.222-25 Affirmative Action Compliance52.222-26 Equal Opportunity52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Veterans52.222-50 Combating Trafficking in Persons52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving52.225-13 Restrictions on Certain Foreign Purchases52.232-11 Extras52.232-23 Alt 1 Assignment of Claims- Alternate 152.232-33 Payment by Electronic Funds Transfer--System for Award Management52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.233-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.247-34 F.O.B. Destination52.252-6 Authorized Deviations in Clauses52.253-1 Computer Generated Forms252.203-7000 Requirements Relating to Compensation of Former DoD Officials252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204- 0001 Line Item Specific: Single Funding252.204-7003 Control of Government Personnel Work Product252.204-7004 Alt A System for Award Management252.204-7006 Billing Instructions252.204-7012 Safeguarding of Unclassified Controlled Technical Information252.204-7015 Disclosure of Information to litigation Support contractors252.211-7003 Item Identification and Valuation252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations252.223-7008 Prohibition of Hexavalent Chromium252.225-7002 Qualifying Country Sources as Subcontractors252.225-7035 Buy American-Free Trade Agreements- Balance of Payments Certificate252.225-7036 Buy American-Free Trade Agreements252.225-7048 Export-Controlled Items252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.232-7006 Wide Area WorkFlow Payment Instructions252.232-7010 Levies on Contract Payments252.243-7001 Pricing Of Contract Modifications252.244-7000 Subcontracts for Commercial Items252.247-7023 Transportation by Sea252.247-7024 Notification of Transportation of Supplies by Sea52.252-1 Solicitation Provisions Incorporated by ReferenceThis 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 ReferenceThis 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 PROPOSALS:The responses to this solicitation 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 response.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 quotes shall be submitted by 4:00 pm EDT on 08/31/2017. Proposals 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 proposal preparation or costs associated with inquiring about or responding to this solicitation.QUESTIONS:Questions regarding this acquisition may contact Andrea Albanese at the above listed email address. Questions must be received no later than three (3) business days prior to date for receipt of proposals.

BLDG 1 KANSAS ST Natick, Massachusetts 01760-5011 United StatesLocation

Place Of Performance : BLDG 1 KANSAS ST Natick, Massachusetts 01760-5011 United States

Country : United StatesState : Massachusetts

You may also like

FD2020-21-00394

Due: 30 Dec, 2025 (in 20 months)Agency: DEPT OF DEFENSE

Classification

325 -- Chemical Manufacturing/325991 -- Custom Compounding of Purchased Resins
naicsCode 325991Custom Compounding of Purchased Resins
pscCode 68MEDICAL GASES