Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
SOLICITATION NOTICE

36 -- Two (2) Fiber Winders Replacement

Notice Date
4/30/2025 7:35:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325220 — Artificial and Synthetic Fibers and Filaments Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-25-R-FIBERWINDERS
 
Response Due
5/7/2025 9:00:00 AM
 
Archive Date
05/22/2025
 
Point of Contact
Chris Welsh, Phone: 5082062088, Alejandro Ayala
 
E-Mail Address
richard.c.welsh2.civ@army.mil, alejandro.ayala.civ@army.mil
(richard.c.welsh2.civ@army.mil, alejandro.ayala.civ@army.mil)
 
Description
The U.S. 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), Distinctive Material Solutions Branch (DMSB) located in Natick, MA, has a requirement for two (2) replacement winders capable of spooling Nylon 6/6 fibers up to 4000 total denier at 1100 meter/min to a package of ~ 30 pounds. These winders are critical to the mission of DMSB supporting an OGA customer for matters of national security and the existing winders are in need of replacement. Two (2) winders are requested to provide contingency and backup equipment to have a continuous process but also to achieve customer goals of increasing finished product stores for DMSB. Winders provided should include dual switching capabilities, spare parts packages, as well as commissioning and installation to certify the equipment. This is a combined synopsis/solicitation for commercially available products 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-25-R-FIBERWINDERS. The Government intends to award a single, Firm Fixed Price (FFP) contract as a result of this solicitation. 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 is set for full and open competition. This is not set-aside to small businesses. The NAICS code 325220 - ARTIFICIAL AND SYNTHETIC FIBERS AND FILAMENTS MANUFACTURING. The small business size standard is 1,050 employees. The Army�s Office for Small Business Programs concurs with the full and open competition determination. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01. 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. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov) 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 provide and install the two (2) fiber winders at DEVCOM-SC with the following capabilities: Requirements: � Technical Specifications: - Winding speed = Up to 3000 m/min - Yarn Count range = 2800 � 3500 den - Traverse Length = 12 to 17 inches - Tube inside diameter = Max is 5 inches - Package diameter = Max is 16 inches - Package weight = Max is 30 lbs. - Yarn tension = 35 to 40 psi - Frame = 1 Tier, Double Winder not to exceed 12 cubic feet. The following specific information is requested from potential sources: � Brand name and model number � Product/item features/description to include the following performance characteristics: - Automatic Switching of rolls - Load volume and load weight limitations - Cycle Time at least 30 minutes. � Product/item specifications to include: - Overall Dimensions - Overall Weight - Power requirements - Other utility (e.g., gas, water, air) requirements - Exhaust requirements Sources may submit product brochures, pictures, and other product literature. Also include the following information for both equipment systems: - 2024 Price list with options - Production lead time and estimated delivery time - Shipping terms (e.g., FOB Destination) - Installation services (start-up, training) - Warranty period and pertinent information - Spare Parts availability time (e.g., 2-8 weeks) - Emergency service and/or maintenance information All work performed shall be in accordance with the Purchase Description (PD). II. Price: unit 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. Offers shall be emailed to the Contract Specialist Chris Welsh at richard.c.welsh2.civ@army.mil and to the Contracting Officer Alejandro (Alex) Ayala at alejandro.ayala.civ@army.mil. The anticipated delivery date is approx. ten (10) months ARO. Offers must be received by 12:00 p.m. Eastern Standard Time (EST) on 07 May 2025. Offers 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 and Alejandro (Alex) Ayala at alejandro.ayala.civ@army.mil via email only.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6475ad4b395145618c05d731b4cc5afc/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN07426566-F 20250502/250430230046 (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.