Massachusetts Bids > Bid Detail

S2PRINT Integrated Data Collection Lab

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159672971730081
Posted Date: May 24, 2023
Due Date: Jun 23, 2023
Solicitation No: W911QY-23-R-IDCL
Source: https://sam.gov/opp/6f3bf3c12b...
Follow
S2PRINT Integrated Data Collection Lab
Active
Contract Opportunity
Notice ID
W911QY-23-R-IDCL
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 24, 2023 04:51 pm EDT
  • Original Date Offers Due: Jun 23, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6760 - PHOTOGRAPHIC EQUIPMENT AND ACCESSORIES
  • NAICS Code:
    • 423410 - Photographic Equipment and Supplies Merchant Wholesalers
  • Place of Performance:
    Natick , MA 01760
    USA
Description

The U.S. Department of the Army, Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Division, Natick, MA intends to procure the design review of the required capabilities for the laboratories and spaces defined by the government and identifying hardware and software solutions that will fulfill the capability requirements of those facilities. The labs and spaces are located at the Soldier & Squad Performance Research Institute (S2PRINT) at the U.S. Army Natick Soldier Systems Center (NSSC) located in Natick, MA. This acquisition will be in support of the United States (US) Army G-STAFF.



This is a combined synopsis and solicitation for commercial 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. Request For Proposal (RFP) number is W911QY-23-R-IDCL. The Government intends to award a single firm fixed price contract. All timely offers will be considered, and proposal 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 will be a small business set aside.



The NAICS Code is 423410; size standard is 200 employees. 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. The Government contemplates an award of a Firm-Fixed-Price Contract resulting from this solicitation. 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:



1. Technical capability of services offered to meet Government requirements:



The contractor is to provide a report containing the technology systems that will meet the needs of the labs and spaces. Based on the design review the contractor will purchase, install, and integrate the proposed systems and equipment within the S2PRINT lab spaces; data collection equipment for two (2) Applied Ergonomics Team laboratories within the S2PRINT facility and a portable data gathering/integration system/equipment for field research, as well as installation, integration, and warranty of the equipment items. The contractor will also train government personnel on operation and general maintenance of the technologies. Please see the attached Purchase Description (PD) for the full requirements.



(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 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.



All questions must be submitted by 12:00 PM Eastern Standard Time (EST) on 16 June 2023. Questions submitted after this date may not receive a response. Proposals may be e-mailed to Chris Welsh (Contract Specialist) at richard.c.welsh2.civ@army.mil.



Delivery Date: Vendor shall ship within 30 days of contract award.



Proposals must be received by 12:00 p.m. Eastern Standard Time (EST) on 23 June 2023. Proposals received after this date are late and will not be considered for award.



For information on this acquisition, contact Chris Welsh at richard.c.welsh2.civ@army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 24, 2023 04:51 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >