Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2025 SAM #8654
SOLICITATION NOTICE

42 -- Air Cylinders SCBA

Notice Date
8/4/2025 11:31:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
W91ZLK-25-Q-7472
 
Response Due
8/21/2025 10:00:00 AM
 
Archive Date
09/05/2025
 
Point of Contact
Andrew Bragason, Phone: 520-671-2313
 
E-Mail Address
andrew.a.bragason.civ@army.mil
(andrew.a.bragason.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis and solicitation for commercial items usings Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items� as applicable, and 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 solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAR) 2025-04, (05/11/2025). The complete text of any of the clauses and provisions are available electronically from the following site: Acquisition.gov - https://www.acquisition.gov/content/regulations INSTRUCTIONS AND INFORMATION TO OFFERORS: 52.212-1 Instruction to Offerors Commercial Items/Services This clause applies in its entirety and there are currently no addenda to the provision. Description of Requirements The Army Contracting Command � Aberdeen Proving Ground (ACC-APG) is seeking Contractors to for the procurement of The contract is Purchase Eighty-Four (84) Carbon Fiber 4,500 PSI 60-Minute SCBA Air Cylinders without valves with same threading as (Interspiro Part Number (PN) Equivalent: 99699-01); At minimum eight (8) each not to exceed ninety (90) each of the following parts: O-Ring, Gauge (Interspiro PN Equivalent: 336 890 104); Washer, Gauge, (Interspiro PN Equivalent: 336 890 103); Service Kit, Cylinder Valve (Interspiro PN Equivalent: 460 200 094); O-Ring, Cylinder Valve, 4,500 psi. (Interspiro PN Equivalent: 336 890 070) The synopsis/solicitation number is W91ZLK-25-Q-7472. This solicitation is issued as a 100% Small Business Set-Aside under the associated North American Industry Classification System (NAICS) code 325120 - Industrial Gas Manufacturing. The Government intends the award of a Firm-Fixed Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13, Simplified Procedures. EVALUATION AND BASIS FOR AWARD FAR 52.212-2, Evaluation � Commercial Items, applies to this acquisition. Basis for 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, price and other factors considered. The Lowest Price, Technically Acceptable (LPTA) source selection procedures described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the specification requirements. The technical evaluation will be a determination based on information furnished by the Contractor. In order to be considered technically acceptable, Contractor responses must meet the requirements and technical specifications in the Statement of Work (Attachment 1). By submitting a quote, the Contractor agrees to the notations identified in the SOW. To receive consideration for award, a rating of �Acceptable� must be achieved. Acceptability of proposals will be based on meeting all of the requirements and specifications of the Statement of Work (SOW). Failure to address each requirement will result in the quote proposal being rated unacceptable. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. Partial quotes will not be evaluated by the Government. DETERMINATION OF RESPONSIBILITY: 52.212-3, Offeror Representation and Certifications � Commercial Items. All quotations from responsible and qualified sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM online by visiting www.SAM.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.1 04. No award can be made to an Offeror who has been determined non-responsible by the Contracting Officer. DISCUSSIONS: The Government intends to award without discussions; therefore, the offerors� initial quote proposal should contain its best terms from both the technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. SUBMISSION PROCEDURES: ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-25-Q-7472 PROPOSAL FROM (INSERT COMPANY NAME). The Offeror shall include Company Name, Point of Contact, and Company Cage Code. All questions regarding this solicitation shall be submitted to the Contract Specialist, Andrew Bragason, via email to Andrew.a.bragason.civ@army.mil . The suspense for question submission shall be no later than 10:00 A.M. Eastern Standard Time (EST) on Wednesday, 13 August 2025. Responses to this solicitation must be signed, dated, and received no later 1:00 P.M. Eastern Standard Time (EST) on Thursday, 21 August 2025. Responses must be sent by email to the Contract Specialist, Andrew Bragason, via email to Andrew.a.bragason.civ@army.mil. TELEPHONE REQUESTS WILL NOT BE HONORED. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) �Late submissions, modifications, revisions, and withdrawals of offers�. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. FAR 52.252-1 �Solicitation Provisions Incorporated by Reference� This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as it they were given in full text. Upon request, the Contract Specialist will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. The following clauses and provisions apply to this acquisition and are incorporated by reference: FAR 52.202-1 Definitions FAR 52.204-7 System for Award Management. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation. FAR 52.204-27 Prohibition on a ByteDance Covered Application. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.211-17 Delivery of Excess Quantities. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. (DEVIATION FAR 52.219-28 Postaward Small Business Program Rerepresentation. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.243-1 Changes-Fixed-Price. FAR 52.246-16 Responsibility for Supplies. FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-6 Authorized Deviations in Clauses. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (DEVIATION 2024-O0013 REVISION 1) DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.219-7011 Notification to Delay Performance. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7001 Buy American and Balance of Payments Program. DFARS 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime. DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.239-7001 Information Assurance Contractor Training and Certification. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252-244-7000 Subcontracts for Commercial Products or Commercial Services DFARS 252.247-7023 Transportation of Supplies by Sea.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b2b0f5229a948188d071d72cd828077/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07535304-F 20250806/250804230048 (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.