SOLICITATION NOTICE
56 -- Low-Strength Precast Concrete Specimens for Weathering Study
- Notice Date
- 6/10/2025 5:23:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 327331
— Concrete Block and Brick Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NIST-RFQ-25-7301848
- Response Due
- 6/24/2025 8:00:00 AM
- Archive Date
- 07/09/2025
- Point of Contact
- Lauren P. Roller, Phone: 3019753062
- E-Mail Address
-
lauren.roller@nist.gov
(lauren.roller@nist.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Request for Quotations Low-Strength Precast Concrete Specimens for Weathering Study RFQ No. NIST-RFQ-25-7301848 This is a Combined Synopsis / Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation of Commercial Items � as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT (i.e. STANDARD FORM) WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 dated January 17, 2025. The associated North American Industrial Classification System (NAICS) code for this procurement is 327331 � Concrete Block and Brick Manufacturing. The small business size standard is 500 employees. This is a total small business set-aside solicitation. Only small businesses under the applicable NAICS code are eligible to respond. DESCRIPTION OF REQUIREMENTS Background The Infrastructure Materials Group (IMG)/Materials and Structural Systems Division (MSSD) in the Engineering Laboratory (EL) of the National Institute of Standards and Technology (NIST) studies the durability and service life of polymers, polymer composites, and other engineered materials used in infrastructure applications. Fiber reinforced polymer (FRP) composites are one widely-used repair and strengthening material applied to buildings, bridges, and other infrastructure across the United States. Currently, outdoor degradation of bonded FRP composites requires further investigation to understand service life, replacement schedules, and inform building design guidelines. Recently, a preliminary NIST study suggested that FRP bonded to lower-strength concrete exhibited a different failure mode than FRP bonded to higher strength concrete during three-point bending tests. For this reason, and to better represent the range of concrete compressive strengths used in infrastructure applications, incorporation of a low-strength concrete substrate into the FRP/concrete weathering study test matrix is necessary. Objectives The purpose of this acquisition is to procure low-strength (4000 psi � 5000 psi [28 MPa � 34 MPa]) precast concrete specimens a which will be retrofitted by NIST with externally bonded FRP materials and exposed to long-term environmental weathering protocols. This requirement includes a two-year base period as well as an optional task which may or may not be exercised at Government discretion in accordance with FAR 52.217-7: Option for Increased Quantity � Separately Priced Line Item. Scope of Work & Specific Requirements Please see the attached Statement of Need (SON) for details. PERIOD OF PERFORMANCE Products meeting base requirements (CLIN 0001) shall be delivered within 45 days after contractor receipt of order. However, the award shall have an overall period of performance of three years and two months from date of award. This overall period of performance includes a two-year base period in which options for increased quantity may be exercised, 45 days for the delivery of any optional products ordered, and time for inspection, acceptance and invoice submission. The one-year warranty period associated with all ordered products shall begin following acceptance of products. Options for increased quantity may be exercised at the Government�s discretion at time of award or any time after the award within the two-year base period of performance. Delivery for any options exercised shall be completed on a F.O.B Destination basis within 45 days of option exercise. The minimum period of performance is two years and two months from date of base award and the maximum period of performance, inclusive of any options exercised, is three years and two months from date of base award. The maximum period of performance would occur if an option for increased quantity were exercised on the last day of the two-year base period; thus 45 days for delivery of the optional products, plus time for inspection, acceptance, and invoice submission, plus the one-year warranty, would result in the additional one year and two months). DELIVERY REQUIREMENTS The contractor shall deliver all ordered products F.O.B Destination to the address below within 45 days after receipt of order. These delivery requirements apply to both base CLIN 0001 and any optional CLINs exercised. NIST Shipping and Receiving 100 Bureau Drive Building 301 Gaithersburg, MD 20899 F.O.B Destination means that the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery, inclusive of any applicable tariffs. CONTRACT TYPE & PAYMENT TERMS A firm fixed price contract is anticipated. Payments will be made on a NET30 basis following inspection and acceptance of deliveries. APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. QUESTION AND ANSWER PERIOD CAR 1352.215-73 INQUIRIES (APR 2010): Quoters must submit all questions concerning this solicitation in writing electronically to Ms. Lauren Roller, Contract Specialist, at lauren.roller@nist.gov. Questions must be received by or before Monday, June 16, 2025 at 11:00 AM ET. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. DUE DATE FOR QUOTATIONS All quotations must be submitted via email to Ms. Lauren Roller, Contract Specialist, at Lauren.Roller@nist.gov. Submission must be received not later than Tuesday, June 24, 2025 at 11:00 AM ET. Note: Quoters must have an active registration at www.SAM.gov at time of quote submission to be considered for award. INSTRUCTIONS TO QUOTERS (Addendum to FAR 52.212-1) The Quoter�s quotation shall be submitted electronically via email and shall consist of two volumes as detailed below. Each quotation volume shall include the Quoter�s name, UEI number, and point of contact information in a cover page, header/footer, or other easily identified location. The Contracting Officer intends to award a purchase order without discussions but reserves the right to enter into discussions if in the best interest of the Government. Volume 1: Technical Response This volume shall contain the Quoter�s technical response. The technical response (not including table of contents) shall not exceed ten (10) single-spaced, single-sided pages. Text shall be no less than 12-point Times New Roman font in Microsoft Word or searchable Adobe PDF format. The technical response shall include the name, title, phone number, and email address of the Quoter�s primary point of contact and the individual authorized to negotiate on behalf of the Quoter (if negotiations are determined to be necessary). The technical response shall include: A narrative of the Quoter�s relevant technical capabilities and a discussion of the proposed approach to schedule and warranty. The response shall include details of any relevant certifications held by the Quoter, of ability to create custom concrete molds and specimens as required, and of ability to provide durable products in accordance with the Statement of Need requirements. The response shall also include information on delivery timeframes offered and warranty terms offered. Prior experience information to include information on at least one (1) and up to three (3) purchase orders or contracts in which the Quoter performed work similar to the scope of this requirement. Prior experience information provided shall be for work completed or substantially completed within the past five (5) years. Prior experience shall include the following information: Name of the Organization Supported Organization Point of Contact with Current Phone Number and Email Address Contract Number Period of Performance Dollar Value of the Contract Narrative describing the services performed. The narrative should make clear similarities to the scope of work outlined in this solicitation. Completed provision responses, from the provisions attached to this solicitation. Provisions requiring response are highlighted in yellow. A list of assumptions and/or exceptions made in preparing the quotation. Volume 2: Price Quotation This volume shall contain the Quoter�s price quotation in Microsoft Excel format, or in searchable PDF format. All figures must be rounded to the nearest hundredth. Price quotations shall be submitted on a firm fixed price and fixed rate basis in accordance with the contract line item numbering structure details below. Quotations shall be valid for 60 days after solicitation close. CONTRACT LINE ITEM STRUCTURE: The required contract line item numbering (CLIN) structure for this Solicitation is listed below. CLINs shall include FOB Delivery pricing. CLIN 0001: Base Requirements � Precast Concrete Specimens in accordance with the SON CLIN 0002: Option for Increased Quantity � 200 Additional Precast Concrete Specimens in accordance with the SON EVALUATION CRITERIA AND BASIS FOR AWARD (Addendum to FAR 52.212-2) The Government intends to award a purchase order resulting from this solicitation to the responsible contractor whose quotation conforming to the solicitation will be most advantageous and represents the best value to the Government, price and other factors considered. Best value shall be determined using the trade-off evaluation method. Therefore, the Government may award to other than the lowest priced quote or the highest technically rated quoter. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter�s initial quotation should contain the quoter�s best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotations if the quotation fails to comply with the requirements of this solicitation. The factors identified below will be used to evaluate quotations. Factor A (Technical Factor): Technical Approach Factor B (Technical Factor): Schedule and Warranty Factor C (Technical Factor): Prior Experience Factor D (Non-Technical Factor): Price Technical / non-price factors are listed in descending order of importance. Technical / non-price factors, when combined, are more important than price. However, price will become more important as the degree of equality among technical non-price evaluations increases. A. Technical Approach The Government will evaluate quotations for the degree to which they meet stated product requirements. Certification by APA (the Architectural Precast Association), state departments of transportation, and other professional concrete manufacturing or stakeholder associations may increase confidence. The Government will also evaluate for precast concrete specimen durability performance as demonstrated by the degree of affirmed ability of precast concrete specimens to withstand harsh environmental conditions that include 300 freeze/thaw cycles, 3,000 hours of high temperature and moisture exposure, and 3,000 hours of sea water immersion. Acceptable durability of precast concrete specimens is defined as precast concrete specimens that do not crack (cracks with >1/8� depth, >1� length), spall (>10 % of surface area), or lose more than 20 % bending or compressive strength after the accelerated weathering cycles described. B. Schedule and Warranty The Government will evaluate quotations for the degree to which they affirm ability to address the schedule and warranty requirements. C. Prior Experience The Quoter�s response will be evaluated for the extent to which the Quoter has demonstrated prior experience relevant to the requirements of the solicitation Statement of Work. Relevancy shall be considered similarity to the current requirement in scope of work, period of performance, and total dollar value. The government will consider prior experience on efforts completed or substantially completed within the past five (5) years. D. Price Quoted pricing will be evaluated but not scored. Price evaluation will determine whether the quoted price is fair and reasonable in relation to the solicitation requirements and what a prudent person would pay in the marketplace. The fair and reasonableness price determination will include both base and optional requirements. EVALAUTION RATING SCALE The Government will use the rating scale defined below to assign ratings to each individual technical evaluation factor (not to price). The Government will not assign an overall confidence rating to each Quoter. This evaluation may be done holistically, and the assigned rating will inherently consider an overall assessment of risk. High Confidence - The Government has high confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract. Some Confidence - The Government has some confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract. Low Confidence - The Government has low confidence that the Offeror understands the requirement, proposes a sound approach, or will be successful in performing the contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/db30e914dbbe4bc0876cb8afc14857e7/view)
- Record
- SN07472342-F 20250612/250610230051 (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 |