SOLICITATION NOTICE
80 -- NALCO 7396 CORROSION CONTROL
- Notice Date
- 2/5/2026 12:18:44 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- W6QK ACC-APG CONT CT TYAD OFC TOBYHANNA PA 18466-0000 USA
- ZIP Code
- 18466-0000
- Solicitation Number
- W25G1V0094673957
- Response Due
- 2/12/2026 1:00:00 PM
- Archive Date
- 02/27/2026
- Point of Contact
- Megan Jones
- E-Mail Address
-
megan.jones5.civ@army.mil
(megan.jones5.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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. This solicitation is issued as a Request for Quote (RFQ) and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. Delivery will be required within 30 days ARO. Destination Address: Tobyhanna Army Depot, 11 Hap Arnold Blvd, Building 74, Tobyhanna, PA 18466 FOB: Destination Acceptance: Government Line Item: 0001 Description: NALCO 7396 Corrosion Control/Water Stabilizer, 55 Gallon Drum Product MUST contain a shelf life of no less than 10 months upon physical delivery to destination address. Quantity: 3 Each Manufacturer: NALCO Water / Ecolab Company This is a Brand Name Only acquisition as this product is a required additive to the drinking water system under Tobyhanna Army Depot's (TYAD) public water supply permit. Use of non-compliant products and substitutes is a risk to TYAD�s public water supply permit status which would impact the off-post residents that depend on the drinking water that the depot provides.. Basis of Award: 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, considering price, delivery time, and past performance.. (Note: The Government reserves the right to award to other than the lowest price offeror.) THE FOLLOWING PROVISIONS/CLAUSES APPLY TO THIS ACQUISITION: DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System (Mar 2023) FAR 52.212-1 Instructions to offerors � Commercial Products and Commercial Services (Sep 2023). FAR 52.212-4 Contract Terms and Conditions � Commercial Products and Commercial Services (Nov 2023). FAR 52.212-5 Contract Terms and Conditions Request to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (Oct 2025), including the following FAR clauses cited within this clause: 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023), 52.219-28 Postaward Small Business Program Rerepresentation (Jan 2025), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor � Cooperation with Authorities and Remedies (Jan 2025), 52.222-21 Prohibition of Segregated Facilities (Apr 2015), 52.222-26 Equal Opportunity (Sep 2016), 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020), 52.222-50 Combating Trafficking in Persons (Oct 2025), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021), 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013), 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024). ADDITIONAL CONTRACT REQUIREMENTS INCLUDE: Payment terms will be Net 30 via Invoice and Receiving Report (COMBO) submission by the contractor into the Wide Area Workflow (WAWF) system. To receive an award, the contractor must have an active registration in the System for Award Management (SAM), https://www.sam.gov . Prospective offerors must be found to be responsible in accordance with (IAW) FAR 9.1 and have no delinquent federal debt. QUOTATION REQUIREMENTS: Company Cage Code, SAM Unique Entity ID (UEID), Description of Quoted Product, Quantity Quoted, Unit Price, Total Price, Delivery Time / Delivery Date, A completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications � Commercial Products and Commercial Services, (Offeror need not provide this ONLY IF the provision is already completed within their currently active SAM profile). Offers may be sent via email to megan.jones5.civ@army.mil by the closing date and time specified in this posting. Include the Notice ID number, �W25G1V0094673957� in the email subject line. The Government will not consider submissions that were delayed, or otherwise not timely delivered to the Purchasing Agent�s email inbox, due to complications with the contractor�s or the Government�s service providers, to include email maintenance, firewall, delivery to any other email inbox, (i.e., junk folder, spam folder, etc.). Contractors should anticipate delays in transmission and are advised to plan ahead and begin transmitting their submission in enough time to ensure successful delivery prior to the submission deadline.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/158cc8e449ce40a4842452e82a267054/view)
- Place of Performance
- Address: Tobyhanna, PA, USA
- Country: USA
- Country: USA
- Record
- SN07706129-F 20260207/260205230043 (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 |