SOLICITATION NOTICE
41 -- Ice Maker + Water Dispenser Machines Smyrna, GA 30080
- Notice Date
- 6/5/2025 9:35:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925Q0474
- Response Due
- 6/13/2025 11:00:00 AM
- Archive Date
- 07/13/2025
- Point of Contact
- Stephanie Cahill, Contract Specialist, Phone: 303-712-5841
- E-Mail Address
-
Stephanie.Cahill@va.gov
(Stephanie.Cahill@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Request for Quote (RFQ) #: Ice Maker and Water Dispenser Machines (RFQ # 36C25925Q0474) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 Government reserves the right to make no award from this solicitation. * The deadline for all questions is 12:00pm MST, June 10th, 2025. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to stephanie.cahill@va.gov no later than 12:00pm MST, June 13th, 2025. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25925Q0474. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 effective May 12, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 333415 with a small business size standard of 1,250 employees. This solicitation is a 100% set-aside for SDVOSB concerns. List of Line Items Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Ice Maker/Water Dispenser, Floor-mounted 8 EA $ $ 0002 Ice Maker/Water Dispenser, Countertop 1 EA $ Grand Total $ Description of Requirements for the items to be acquired: *Buy American Vendors are strongly encouraged to include quotes with (all) products manufactured within the U.S. whenever possible although quotes with non-domestic products will not be excluded from the solicitation. Vendors are required to complete the FAR 52.225-2 Buy American Certificate below and include with their quote in order to verify the Country of Origin (COO) of products included in their quote. *FOB shall be destination *Freight shall be added to the price of CLIN 0001 and not be its own line item *Cut sheets and specification sheets proving the offered product meets all testing specifications and salient characteristics shall be included with the quote *Quotes shall annotate the expected date of delivery to the specified location *Quotes shall be accompanied by an authorization letter consistent with the requirements of VAAR 852.212-71(c). *Due to this procurement being 100% SDVOSB set-aside, the offeror shall complete clause VAAR 852.219-76 and return it with their offer. Failure to return the aforementioned clause completed will result in the offeror s quote not being considered for evaluation. A waiver to the Non-Manufacturer Rule exists for NAICS code 333415, which allows SDVOSB businesses to provide a large manufacturer s end item. The attached VAAR 852.219-76 document has been updated accordingly. *Failure to meet the salient characteristics below will result in the offeror s quote not being considered for award. *Failure to provide product information documents, quote with accurate costs, delivery lead time, Buy American certificate, clause VAAR 852.219-76, or authorized distributor letter will result in the offeror s quote not being considered for award. SALIENT CHARACTERISTICS: CLIN 0001: Ice Maker/ Water Dispenser, Floor Mounted (Qty 8) Freestanding Ice and Water Dispenser Must include replaceable water filter Dimensions *ranges provided although products +/- 2 inches from ranges may still be considered* Width: 20 25 Depth: 20 25 Height: 50 65 Must have a minimum of 25 lb. ice storage capacity Must dispense soft, chewable compressed nugget ice Must include quiet sleep mode that turns off ice machine when idle Must include automatic self-flushing of ice machine removes impurities Drain cup provides internal air gap for added protection of food zone components from drain line contaminants Must include antimicrobial surfaces and components. Must include LED control board that provides at-a-glance machine status Shall include easily removed Panels that are for accessibility to all components Stainless steel evaporator and auger deliver long life Must be able to meet requirements for energy efficient equipment in accordance with Energy Policy Act of 2005 (EPACT). Must be stainless steel cabinet. Must include corrosion resistant poly drain pan, grille and dispenser lid. Must include Secured top lid Must come fully assembled with all necessary accessories (e.g. water line and drainage hoses and fittings) for easy installation. Requires 3"" ventilation clearance on each side adherence to provided dimensions above should ensure compliance but VA can provide plans with dimensions to the awarded vendor for final verification upon request. Warranty: minimum 1-year CLIN 0002: Ice Maker/ Water Dispenser, Counter-top (Qty 1) Countertop Ice and water dispenser Must be compact size with the following range of dimensions to fit on counters under standard cabinets: Width: 12 15 Depth: 20 23 Height: 17 35 Must be compact size and under 18"" tall to fit on counters under standard cabinets. Must include minimum 7 lb. ice storage capacity. Must be able to provide up to 100 lb. daily production of chewblet/nugget ice. Must include energy saving sleep mode Must include LCD capacitive touch display touchless dispensing advanced alerts and self-diagnostics- on-screen ice machine cleaning and sanitizing instructions self-help menu support Must offer English as a language for operation component performance data available to servicers for quick and accurate diagnosis Must include easy-to-clean, removable 20 oz. (minimum) drip tray Must include antimicrobial surfaces and components. Must come fully assembled with all necessary accessories for easy install. Must include drainless design. Delivery and acceptance shall be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located: VA Member Services (MS) Atlanta 2233 Lake Park Drive, Smyrna, GA 30080 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.� No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.� All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.� Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and 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. 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. 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 Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be SBA certified and visible in the VA SBA Dynamic Small Business Search: https://dsbs.sba.gov at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) - Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products ; and (III) Price; (IV) Delivery Lead Time; (V) Buy American Certificate; and (VI) Letter of Authorized Distributor (VAAR 852.212-71 (c), as applicable. Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II - Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products The offeror shall complete the Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products and submit as part of the quote. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume IV Delivery Lead Time The offeror shall state the required number of calendar days to deliver the item, to include installation, if applicable. Volume V Buy American Certificate The offeror shall complete and submit the included 52.225-2 Buy American Certificate. Volume VI Letter of Authorized Distributor If the offeror is not an OEM, then the offeror shall submit a verifying authorization letter or other documents from the OEM consistent with the requirements of VAAR 852.212-71(c). Verifying letter must be from the OEM. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Supplies and Products Factor 3. Price Factor 4. Delivery Lead Time Factor 5. Submission of Buy American Certificate Factor 6. Submission of Authorized Distributor Letter Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products for completeness. If an offeror fails to complete Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products their quote will be determined ineligible for award. Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. Factor 4. Delivery Lead Time: The Government will evaluate delivery lead time in addition to other evaluation factors specified above and select the quoter/offer whose bid is most advantageous to the Government. Factor 5. Submission of completed Buy American Certificate: The Government will evaluate the information provided in the completed Buy American Certificate for compliance with FAR Part 25. Priority may be given to products made in the US. Factor 6. Submission of Authorized Distributor Letter: Vendor eligibility will be determined in addition to other evaluation factors above by the submission of a proper OEM letter (see VAAR 852.212-71(c)) from the manufacturer of the products included in the quote. **The Government may consider an award to other than the lowest priced quoter/offeror if it s in the best interest of the Government.** (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025), applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-8 Annual Representations and Certifications (JAN 2025) (DEVIATION FEB 2025) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (JAN 2025) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025) FAR 52.213-4 Terms and Conditions Simplified Acquisitions (Other Than Commercial Products and Commercial Services) (JAN 2025) (DEVIATION FEB 2025) FAR 52.219-28 Post Award Small Business Program Representation (JAN 2025) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-11 Subcontracts (Labor Standards) (MAY 2014) (DEVIATION FEB 2025) FAR 52.222-12 Contract Termination Debarment (MAY 2014) (DEVIATION FEB 2025) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2025) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (NOV 2021) FAR 52.223-1 Biobased Product Certification (MAY 2024) (DEVIATION FEB 2025) FAR 52.223-2 Reporting of Biobased Products Under Service and Construction Contracts (MAY 2024) (DEVIATION FEB 2025) FAR 52.223-10 Waste Reduction Program (MAY 2024) (DEVIATION FEB 2025) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (OCT 2022) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.229-12 Tax on Certain Foreign Procurements (FEB 2021) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) FAR 52.244-6 Subcontracts for Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) Additional contract requirements or terms and conditions: 52.217-6 Option for Increased Quantity (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Office may exercise the option by written notice to the Contractor prior to receipt of all items. Delivery of the added items shall continue at the same rate as the like items called for under the contract unless the parties otherwise agree. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.219-14 Limitations on Subcontracting (a)� This clause does not apply to the unrestricted portion of a partial set-aside. (b)� Definition.� Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that (1)� Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and (2)� Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. (c)� Applicability.� This clause applies only to (1)� Contracts that have been set aside for any of the small business concerns identified in� 19.000(a)(3); (2)� Part or parts of a� multiple-award contract� that have been set aside for any of the small business concerns identified in� 19.000(a)(3); (3)� Contracts that have been awarded on a sole-source basis in accordance with subparts� 19.8,� 19.13,� 19.14, and� 19.15; (4)� Orders expected to exceed the� simplified acquisition threshold� and that are (i)� Set aside for small business concerns under� multiple-award contracts, as described in� 8.405-5� and� 16.505(b)(2)(i)(F); or (ii)� Issued directly to small business concerns under� multiple-award contracts� as described in� 19.504(c)(1)(ii); (5)� Orders, regardless of dollar value, that are (i)� Set aside in accordance with subparts� 19.8,� 19.13,� 19.14, or� 19.15� under� multiple-award contracts, as described in� 8.405-5� and� 16.505(b)(2)(i)(F); or (ii)� Issued directly to concerns that qualify for the programs described in subparts� 19.8,� 19.13,� 19.14, or� 19.15� under� multiple-award contracts, as described in� 19.504(c)(1)(ii); and (6)� Contracts using the� HUBZone� price evaluation preference to award to a� HUBZone� small business concern unless the concern waived the evaluation preference. (d)� Independent contractors.� An independent contractor� shall� be considered a subcontractor. (e)� Limitations on subcontracting.� By submission of an� offer� and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for (1)� Services (except� construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and� supplies, the 50 percent limitation� shall� apply only to the service portion of the contract; (2)� Supplies� (other than� procurement� from a nonmanufacturer of such� supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both� supplies� and services, the 50 percent limitation� shall� apply only to the supply portion of the contract; (3)� General� construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or (4)� Construction� by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded. (f)� The Contractor� shall� comply with the limitations on subcontracting as follows: (1)� For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause � By the end of the base term of the contract and then by the end of each subsequent� option� period; or X � By the end of the performance period for each order issued under the contract. (2)� For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. (g)� A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (1)� In a joint venture comprised of a small business protégé and its mentor approved by the Small Business Administration, the small business protégé� shall� perform at least 40 percent of the work performed by the joint venture. Work performed by the small business protégé in the joint venture� must� be more than administrative functions. (2)� In an 8(a) joint venture, the 8(a) participant(s)� shall� perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture� must� be more than administrative functions. (End of clause) 52.225-1 Buy American Supplies (OCT 2022) Definitions. As used in this clause Commercially available off-the-shelf (COTS) item (1) Means any item of supply (including construction material) that is A commercial product (as defined in paragraph (1) of the definition of commercial product at Federal Acquisition Regulation (FAR) 2.101; Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. Component means an article, material, or supply incorporated directly into an end product. Cost of components means For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. Critical component means a component that is mined, produced, or manufactured in the United States and deemed critical to the U.S. supply chain. The list of critical components is at FAR 25.105. Domestic end product means For an end product that does not consist wholly or predominantly of iron or steel or a combination of both An unmanufactured end product mined or produced in the United States; An end product manufactured in the United States, if The cost of its components mined, produced, or manufactured in the United States exceeds 60 percent of the cost of all its components, except that the percentage will be 65 percent for items delivered in calendar years 2024 through 2028 and 75 percent for items delivered starting in calendar year 2029. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Components of unknown origin are treated as foreign. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or The end product is a COTS item; or (2) For an end product that consists wholly or predominantly of iron or steel or a combination of both, an end product manufactured in the United States, if the cost of foreign iron and steel constitutes less than 5 percent of the cost of all the components used in the end product. The cost of foreign iron and steel includes but is not limited to the cost of foreign iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the end product and a good faith estimate of the cost of all foreign iron or steel components excluding COTS fasteners. Iron or steel components of unknown origin are treated as foreign. If the end product contains multiple components, the cost of all the materials used in such end product is calculated in accordance with the definition of cost of components . End product means those articles, materials, and supplies to be acquired under the contract for public use. Fastener means a hardware device that mechanically joins or affixes two or more objects together. Examples of fasteners are nuts, bolts, pins, rivets, nails, clips, and screws. Foreign end product means an end product other than a domestic end product. Foreign iron and steel means iron or steel products not produced in the United States. Produced in the United States means that all manufacturing processes of the iron or steel must take place in the United States, from the initial melting stage through the application of coatings, except metallurgical processes involving refinement of steel additives. The origin of the elements of the iron or steel is not relevant to the determination of whether it is domestic or foreign. Predominantly of iron or steel or a combination of both means that the cost of the iron and steel content exceeds 50 percent of the total cost of all its components. The cost of iron and steel is the cost of the iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of th...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/79be2a5f7db84b9d946de3e4069b43dd/view)
- Place of Performance
- Address: VA Member Services (MS) Atlanta 2233 Lake Park Drive, Smyrna, GA 30080, USA
- Zip Code: 30080
- Country: USA
- Zip Code: 30080
- Record
- SN07467605-F 20250607/250605230052 (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 |