SOLICITATION NOTICE
56 -- Materials for the St. George Harbor Model
- Notice Date
- 12/4/2025 1:31:09 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326150
— Urethane and Other Foam Product (except Polystyrene) Manufacturing
- Contracting Office
- W2R2 USA ENGR R & D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ26Q1AWS
- Response Due
- 12/9/2025 1:00:00 PM
- Archive Date
- 12/24/2025
- Point of Contact
- Angela Holcomb, Christine Shuck
- E-Mail Address
-
angela.d.holcomb@usace.army.mil, Christine.L.Shuck@usace.army.mil
(angela.d.holcomb@usace.army.mil, Christine.L.Shuck@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOLICITATION # W912HZ26Q1AWS COMBINED SYNOPSIS/SOLICITATION TITLE: Materials for the St. George Harbor Model COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation of Commercial Items�, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The intent of this solicitation is to award a single purchase order. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. The requirements will be fulfilled using FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition procedures, to the maximum extent possible. This acquisition is reserved for 100% small business. The associated NAICS code for this procurement is 326150 Urethane and Other Foam Products Manufacturing, with a corresponding small business size standard of 750 Employees. NOTE: All offerors must be registered in the System for Award Management (SAM) prior to the response date listed in this combined synopsis/solicitation. Information concerning SAM requirements may be viewed via the internet at SAM.gov. The Engineer Research and Development Center (ERDC), Coastal and Hydraulics Laboratory, is in need of purchasing materials to construct a St. George Harbor Model in support of USACE, the Army, and DOD�s missions. The salient characteristics are described below. This solicitation is being issued as a request for quote (RFQ). The Government intends to award a single purchase order resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation and is found to be the lowest priced technically acceptable offeror. An award, if any, will be made to the responsible offeror(s) who submits a quote that conforms to the requirements of the synopsis, whose quote is found to be technically acceptable, and is the lowest price. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of quotes received and (2) the price fair and reasonableness of quotes received. The lowest priced quote will be evaluated to determine technically acceptable contractor(s). If the lowest quote is determined to be technically acceptable, the Government reserves the right to not evaluate the technical quote(s) submitted by the other submitter(s). A quote that fails to comply with any minimum technical requirements will not be eligible for award regardless that it may offer the lowest price. The Government bears no legal liability for the costs associated with preparing a quote. Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote. DESCRIPTION OF REQUIREMENTS The Coastal and Hydraulics Laboratory (CHL) located within the Engineer Research and Development Center (ERDC), Vicksburg, MS supports the USACE through the development and operation of physical models. The St. George Harbor model is in support of the Alaska District (POA) and provide critical engineering data to support the development of a new harbor at St. George Island, Alaska. This island serves as a key port of refuge for industry and coast guard ships during large Bering Sea storms and ice flows. The Alaska District is currently moving through the design phase on this critical infrastructure. Materials shall be new or in unused condition. Used or refurbished materials will not be considered. BRAND NAME or EQUAL ITEMS WILL BE ACCEPTED (with noted exception). Supplies Product Requirements: Line 1 - Plastic Coated Plywood, PN 34HDO, ��� thick, 4� by 8� - Quantity of 32 Line 2- 2�� by 4�� by 8� #2 lumber - Quantity of 100 LIne 3 - 1lb #9 by 2.5-inch construction screws - Quantity of 4 Line 4* - Drew Foam-Foam Block Type XV � 3lb 14� x 48� x 98� - Quantity of 270 LIne 5 - 5-gal flat Latex Masonry Paint in Dark Green/Hunter Green - Quantity of 1 Line 6 - 5-gal flat Latex Masonry Paint in Artesian Water/Aqua Blue - Quantity of 1 *BRAND NAME OR EQUAL If quoting equal product, please provide below information: Manufacturer�s Name: ______________________, Brand: __________________________ Model or Part Number: _______________________ To be considered for award in accordance with FAR 52.211-6, Brand Name or Equal, offers of �equal� products, including �equal� products of the brand name manufacturer, must� (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by� (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (a) The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (b) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation Basis of Award: Award is based upon the Lowest Price Technically Acceptable evaluation. Delivery: All items are to be delivered to: Engineer Research and Development Center Coastal and Hydraulics Laboratory (CHL), Building 3202 3909 Halls Ferry Rd. Vicksburg, MS 39180 Delivery: Delivery of materials shall take place within 30 calendar days of the Contract Award (unless explicitly stated otherwise in the quote). Shipping terms shall be FOB Destination. Notice of Delivery(s) shall be: Emailed to the Technical Point of Contact 48 business-hours prior to delivery. Deliveries shall be labeled: All materials/supplies being delivered shall include a packing slip labeled to the attention of the Technical Point of Contact. This includes boxes, individual items, and palletized items. Warranty: The vendor shall provide a standard commercial warranty. II. SOLICITATION INSTRUCTIONS The provision at FAR 52.212-1, Instructions to Offerors � Commercial (NOV 2021), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-1: Submission of offers. FAR 52.212-1(b) is amended to include the following: Submit signed electronic quotes by 1500 hours, CST on 08 December 2025 to chl-ct-quotes@usace.army.mil and Angela.Holcomb@usace.army.mil. All submittals from responsible firms will be considered by the agency. All responses must include �Materials for the St. George Harbor Model� in the subject line of the any response. Late submissions. FAR 52.212-1(f) is amended as follows: Offerors are responsible for submitting quotes so as to reach the Government designated office in the solicitation by the time specified in the solicitation. If no time is specified, the time for receipt is 4:30 pm, local time, for the designated Government office on the date that quotes are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late will not be considered unless it is received before award is made and the contracting officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing no later than 5-calendar days prior to closing. Answers will be compiled and posted electronically to the System for Award Management/Contract Opportunities website: https://sam.gov/content/opportunities. Questions may be emailed to the point of contact listed above in Section II, paragraph 1a. All correspondence should reference �Materials for the St. George Harbor Model� in the subject line of the any submission. Quotation preparation instructions: General Instructions. The offeror shall submit their quote on company letterhead to include the following: solicitation number; contact name, address, e-mail, and telephone number of the offeror; unit price; and CAGE code, UEI number, size of business. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quotes. If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. Specific Instructions. Quotes shall consist of two separate parts, as identified below. The provision at FAR 52.212-2, Evaluation-Commercial Items (Nov 2021), and the addenda listed below applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Price, Technical Information and Past Performance. ADDENDA TO FAR 52.212-2: BASIS FOR OFFER: This is a competitive acquisition in accordance with FAR part 12 and part 13. The Government will submit an offer in the form of a purchase order to the offeror that represents the best value to the Government. Quotes will be evaluated as described below. Solicitation Requirements. All quotes submitted will be reviewed for completeness to determine if they contain all information requested in the addenda to FAR 52.212-1. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. Price Evaluation. The prices will be evaluated for each line item including miscellaneous items for data deliverables and expedited services. Any discounts identified in the quote will be included in the evaluation of the evaluated price. No advantage will accrue to an offeror who submits a quote for an unreasonably low price. Failure to propose for any line item may cause the vendor's quote to be considered non-responsive and excluded from the evaluation. The price evaluation will document the reasonableness of the quoted price. Technical Evaluation. The technical team will review the technical quote to determine if the information provided meets the technical requirements identified in this solicitation. The technical information will be evaluated based on the minimum specifications stated in this notice and how well the quote clearly demonstrates meeting or exceeding these requirements. Past Performance Evaluation. Past performance will be reviewed using Government information systems to ensure an offeror is eligible for an award but will not receive a rating for past performance. 2. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-4: Text in paragraph (c) is deleted and replaced with the following: Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b). III. ADDITIONAL TERMS AND CONDITIONS The following provisions and clauses apply to this acquisition. The purchase order will incorporate one or more provisions and/or clauses by reference, with the same force and effect as if they were given in full text. The full text of a provision and/or clause may be accessed electronically at: https://www.acquisition.gov/far/part-52. Provisions and clauses to be incorporated can be reviewed in Attachment 3 B08.02 W912HZ26Q1AWS- CLS.pdf. ATTACHMENTS TO THIS SOLICITATION Attachment 1 - B08.02 W912HZ26Q1AWS Attachment 1 DOR.pdf Attachment 2 - B08.02 W912HZ26Q1AWS Attachment 2 CLIN Pricing Schedule Attachment 3 - B08.02 W912HZ26Q1AWS- Attachment 3 RFQ Provisions and Clauses.pdf
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/320d8888ec6545a5be25bc744883283d/view)
- Place of Performance
- Address: Vicksburg, MS, USA
- Country: USA
- Country: USA
- Record
- SN07657854-F 20251206/251204230037 (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 |