Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2025 SAM #8768
SOLICITATION NOTICE

61 -- Hydraulic Submersible Pump_Amendment0001

Notice Date
11/26/2025 9:33:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP26QA002
 
Response Due
12/4/2025 9:00:00 AM
 
Archive Date
12/19/2025
 
Point of Contact
Glenn Jenkinson, Phone: 9042321005
 
E-Mail Address
glenn.i.jenkinson@usace.army.mil
(glenn.i.jenkinson@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 (27 August 2025). The associated North American Industrial Classification System (NAICS) code for this procurement is 333996 Fluid Power Pump and Motor Manufacturing, with a small business size 1,250 employees. The Jacksonville District USACE Contracting Division- Procurement Section is seeking to purchase a new Submersible electric pump for the Homestead Field Office, located in Homestead, Florida. All interested companies must provide a quotation for the following: Line Item Description Quantity Unit Price Total Price 0001 Submersible pump 1 0002 Freight 1 The contractor shall furnish a submersible electric pump rated for 20cfs @ 12.03� Total Dynamic Head (TDH). Delivery and acceptance are required within 320 days of contract award. Ship to Address: USACE, US Army Corps of Engineers Homestead Field Station 2195 NE 8th Street, Suite B-60 Homestead, FL 33033 USA Receiving Point of Contact (POC): Steven Baisden Steven.a.baisden@usace.army.mil (904)232-1794 Alternate Receiving Points of Contact (POCs): Receiving Location work hours: Delivery shall be provided Monday through Friday between 7:30 a.m. and 4:30 p.m. Contractor shall coordinate and prepare delivery schedules and submit it for approval of the Contracting Officer Representative (COR). Contracting Officer Representative (COR): Steven Baisden Steven.a.baisden@usace.army.mil Award of a Firm Fixed Price (FFP) Purchase Order will be made to the quoter whose quotation offers the best value to the government, utilizing lowest price technically acceptable (LPTA), simplified acquisition procedures authorized in FAR Part 13. Price will be evaluated by adding the sub total price for trees, shrubs, and groundcover to determine a total evaluated price (TEP). Quotes will be ranked in price order from lowest to highest based on the Total Evaluated Price (TEP). If the lowest ranked TEP quote is found to have fair and reasonable pricing, the Government will complete a responsibility determination in accordance with the criteria specified in FAR 9.104-1. If found responsible, the evaluation process stops at this point as that offer represents the best value to the Government. If the quoter is found to be non-responsible, the next lowest ranked TEP quote will be evaluated. This process will continue (in order of ascending (TEP) until a quoter is found to have fair and reasonable pricing and the quoter is deemed responsible. The full text of FAR provisions or clauses may be accessed electronically at acquisition.gov. The following solicitation provisions apply to this acquisition: CLAUSES INCORPORATED BY REFERENCE 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Reporting AUG 2020 52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services NOV 2023 52.232-33 Payment by Electronic Funds Transfer-System for Award Management OCT 2018 DFARS Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Sep 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DEC 2022 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. MAY 2024 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023 252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2023 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7001 Buy American and Balance of Payments Program. FEB 2023 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. JAN 2023 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DEC 2018 252.232-7010 Levies on Contract Payments. DEC 2006 252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023 252.247-7023 Transportation of Supplies by Sea. OCT 2024 252.211-7003 Item Unique Identification and Valuation. FAR Clauses Incorporated by Full Text 52.204-29 Federal Acquisition Supply Chin Security Act Orders-Representation and Disclosures (DEC 2023) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS NOTE: All questions and clarification regarding this solicitation must be submitted via email; subject line to read: Question/Clarification for W912EP26QA002. The deadline date/time for questions and clarifications is no later than 24 November 2025 @ 1200 P.M EST. All questions or clarifications shall be compiled into one (1) email. The deadline date will allow the Government adequate time to prepare and issue responses to all offerors prior to the date and time set forth for receipt of proposal. All questions/clarifications shall be emailed to Glenn.I.Jenkinson@usace.army.mil and cc�d Gerald.l.garvey@usace.army.mil. 52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (b) 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. (End of provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (OCT 2025) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (OCT 2025) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020) Point of Contact for Solicitation: Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to: Contract Specialist: Glenn Jenkinson; glenn.i.jenkinson@usace.army.mil. Contracting Officer: Gerald Garvey; gerald.l.garvey@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6c92760cc9f8420980f8b774a534d6b9/view)
 
Place of Performance
Address: Homestead, FL 33033, USA
Zip Code: 33033
Country: USA
 
Record
SN07652797-F 20251128/251126230038 (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.