Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2025 SAM #8605
SOLICITATION NOTICE

36 -- Heavy Duty Drum Crusher

Notice Date
6/16/2025 6:38:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
33999 —
 
Contracting Office
W6QK ACC RRAD TEXARKANA TX 75507-5000 USA
 
ZIP Code
75507-5000
 
Solicitation Number
W911RQ25QA001
 
Response Due
6/23/2025 11:00:00 AM
 
Archive Date
07/08/2025
 
Point of Contact
Adam Ragland, Phone: 9033345002, Aeron Miller
 
E-Mail Address
adam.s.ragland.civ@mail.mil, aeron.p.miller.civ@army.mil
(adam.s.ragland.civ@mail.mil, aeron.p.miller.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: W911RQ25QA001 Posted Date: JUNE 11, 2025 Original Response Date: JUNE 23, 2025 Product or Service Code: 3685 Set Aside: 100% Small Business NAICS Code: 339999 Contracting Office Address Red River Army Depot Directorate for Contracting 100 James Carlow drive, Bld 15 Texarkana, TX 75505-5000 Contract Specialist: Chrad Robinson, chad.l.robinson4.civ@army.mil Contracting Officer: Aeron Miller Description 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 for Commercial Items,� 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 the Federal Acquisition Regulations Circular - FAC Number: 2025-03 Effective Date: 01/17/2025. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999, with a small business size standard of 550. This solicitation will result in one (1) award. Basis For Award: See Provision At FAR 52.212-2 below Submission Of Questions: Any questions regarding this RFO must be received by June 15, 2025 at 1000 hrs. (10:00 AM Central Standard Time (CST). Questions shall be submitted by email to Contract Specialist at chad.l.robinson4.civ@army.mil & Contracting Officer at aeron.p.miller.civ@army.mil Responses to questions are not considered changes to the RFQ as the only way the RFQ can be modified is through an amendment that will be issued. Oral explanations or instructions given before the award of a contract will not be binding. Upon receipt of questions, the Government will provide answers to all questions by email. Contractors will be notified if an extension is needed to respond to the questions submitted. Submission Due Date: All offers are due by June 23, 2025 at 1300hrs (1:00 PM CST). All responses received within this time frame will be considered by the government. Responses shall be submitted electronically to at chad.l.robinson4.civ@army.mil & Contracting Officer at aeron.p.miller.civ@army.mil concerning this acquisition. Offeror must be registered in System for Award Management (SAM) prior to receiving an award. Refer to website https://www.sam.gov/portal/public/SAM/. The Acquisition Services Division for Red River Army Depot at 100 James Carlow Drive, Bld 15 in Texarkana, TX is seeking to purchase a 1 ea (1) TEEMARK DPC150-X150 heavy duty Drum Crusher OR EQUAL IAW Purchase Description. All interested companies shall provide offers for the following: Offeror Business Name & Address - _______________________________ Name/POC - _______________________________ Cage Code/ Unique Entity ID - _______________________________ Discount Terms - _______________________________ Signature & Name/Title of person authorized to sign offer: ________________________________________________ Offer Date - ___________________________ Supplies This requirement will be awarded with one (1) Contract Line Items (CLINs) as follows: CLIN 0001 Drum Crusher Machine __________________________ Total Evaluated Price __________________________ *Offeror shall include a breakdown of total cost in accordance with the associated CLIN number as well as list the combined price in the �Total Offered Price� space. The sum of CLINs 0001 shall equal the price entered in the �Total Evaluated Price� space.* Purchase Description The item needed is one (1) heavy duty Drum Crusher. The drum crusher must be of sufficient size to hold and crush a standard 55 gallon 3 rib metal drum. The unit needs to be explosion proof, built of heavy duty materials to supply a 150,000 or greater crushing force, and utilize 230/460 volts power. The motor needs to have a rating of 15 horse power or greater and a minimum of a 70 second cycle time, to meet the physical and continuous use demands of a large volume disposal operation. The machines needs to have a drum hold down feature to ensure that splashes and vapors can be captured and collected/vented appropriately. The machine should be able to center the drums within the compaction chamber to ensure equal compression force during the crush cycle. The machine must have a safety feature that prohibits operation unless the door is closed. The machine must have an emergency stop feature that shuts off all power at a touch. The drum crusher needs to have an attached/built-in skid to allow the unit to be safely lifted with a standard forklift. Also needed is flatbed freight shipping to 100 James Carlow Drive, Bldg 293 Texarkana Texas 75501. Standards: Explosion proof, NEMA Class 1, Div. 2, Group D. Warranty: A minimum of 6 months unconditional on all parts of the crusher. Current Equipment: Teemark Drum Crusher with 150,000 lb of crushing force, as filed on the Installation Air Permit. * A change in equipment brand will require a formal modification to the air permit. Contractor should provide there best delivery sheduale with offer. Place of Performance Address: Contracting Office Address Red River Army Depot Directorate for Contracting 100 James Carlow Drive BLD 15 Texarkana, TX Postal Code: 75507 Country: UNITED STATES Delivery and Acceptance: FOB Destination The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, �Instructions to Offerors�Commercial Items� (SEP 2023). This solicitation will result in only one (1) award. FAR 52.212-2, �Evaluation-Commercial Products and Commercial Services� (NOV 2021) FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� (SEP 2023) 4. FAR 52.204-9, �Personal Identity Verification of Contractor Personnel.� (NOV 2023) Contractor and all associated sub-contractor employees shall comply with adjudication standards and procedures using the National Crime Information Center interstate identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. Offerors must complete annual representations and certifications electronically in the System for Award Management (SAM) accessed through https://www.sam.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� PROVISIONS INCORPORATED BY FULL TEXT: Instructions, Conditions, & Notices to Offerors FAR 52.212-1 Addendum, Instructions to Offerors A-1. Period for Acceptance of Offers IAW FAR 52.215-1(d). The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. A-2. To ensure timely and equitable evaluation of offers, offerors must follow the instructions contained herein. Offers must be complete, self-sufficient, and respond directly to the requirements of this solicitation. A complete quote consists of two (2) parts: Part I - Price and Part II - Technical. Failure to furnish a complete offer may result in the offer being determined unacceptable by the Government. Response to this solicitation (including both parts) must be submitted by the due dates specified in this Combined Synopsis Solicitation. The signed Combined Synopsis Solicitation document must be submitted electronically to all individuals listed below. Receipt of your electronic submittal will be acknowledged via return email; if you do not receive an acknowledgement, you are advised to call for confirmation as firewall protections may block emails and/or strip attachments. Contact information is as follows (Email is highly suggested): Contract Specialist � Chad Robinson, chad.l.robinson4.civ@army.mil (571) 588-8985) Contracting Officer � Aeron Miller, travis.n.peterson2.civ@army.mil A-3. Specific Instructions: A-3.1 PART I, Price. Offerors are asked not to alter the electronic version of this Combined Synopsis Solicitation other than to fill in pricing information. In particular, offerors are asked not to delete page breaks or to alter headers/footers. A-3.1.1 Page 2 of this Solicitation - Complete the items listed below. In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation, to include attachments. The solicitation constitutes the model contract. Discount terms (Payment terms such as Net 30) Name/POC/address of offeror (code = cage code; facility code=Unique Entity ID) Total Evaluated Price Signature: Name/Title of person authorized to sign offer Offer Date A-3.1.2 Price Schedule For each contract line number (CLIN) insert quoted unit price and extended amount. The extended amount must equal the quantity multiplied by the unit price. To prevent rounding issues, unit prices are to be rounded to the nearest whole dollar. Note: It is the responsibility of each offeror to verify their calculations. Interchanges: The Government may conduct interchanges with one, some, none, or all vendors at its discretion. A-3.2 PART II, Technical. Offerors shall prepare and submit a technical quote by the date/time stated in the �Submission Due Date� on Page 2 of this Combined Synopsis Solicitation. Offerors shall provide sufficient information to allow the Government to judge the offeror's technical capability to perform the requirements of this Combined Synopsis Solicitation. The basis of the offeror's technical quote is the Purchase Description titled �Non-Ferrous Metal Plate Saw and Chip Collector� of this Combined Synopsis Solicitation. The offer must adhere to the specifications and characteristics listed. (End of 52.212-1 Addendum) Evaluation Factors for Award FAR 52.212-2 Addendum, Evaluation Methodology B-1 BASIS FOR CONTRACT AWARD: This requirement will be awarded to the responsible offeror whose quote conforming to the solicitation is determined to represent the best selection for the Government based on meeting price and technical acceptability. This acquisition is being conducted in accordance with FAR Part 13 Simplified Acquisition Procedures. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or sub factors. The offeror accedes to the terms of this model contract and all such offers shall be treated equally except for their prices and technical evaluation. An ""unacceptable"" rating in any factor will result in the overall technical offer being rated ""unacceptable"" and the quote will therefore be ineligible for award. The Government may at its discretion also utilize information available from Government Past Performance collection systems to compare offerors and use this information as a discriminator when identifying the offer that represents the best selection. Quotes will be evaluated using FAR 13.106-2 procedures which permit comparative evaluation of offers. While the Government will strive for maximum objectivity, the selection process is by its nature subjective. Therefore, professional judgment is implicit throughout the entire process. The evaluation process shall proceed as follows: The following documents will be evaluated for completeness and compliance with the requirements of the RFQ. Please refer to the instructions in 52.212-1 Addendum. Incomplete items may be a basis for rejection: 1. Part I, Price (a) Signed copies of this Combined Synopsis Solicitation document. Is this Combined Synopsis Solicitation document completed and signed by an official authorized to bind the company? (b) Completed Price Schedule, this Combined Synopsis Solicitation document. Is the price schedule accurately and completely filled in by the offeror? (c) Solicitation Amendments (if applicable). Did the offeror acknowledge all amendments to the RFQ? (d) System for Award Management (SAM) Registration. Has the offeror completed SAM registration and is the registration active? (Government will validate via SAM website) 2. Part II, Technical The offer shall consist of a detailed breakdown showing how all the specifications will be met IAW Purchase Description titled �Purchase Description� of this Combined Synopsis Solicitation, will be met. B-2 PRICE EVALUATION. Quotes will be ranked from lowest to highest Total Evaluated Price (TEP). An offeror's Total Evaluated Price will be determined by totaling the Amount for all CLINs. Offerors shall enter the TEP on Page 2 of this Combined Synopsis Solicitation document. The offeror is responsible for ensuring that the value listed as the TEP is the total of all CLINS provided in the solicitation. (Note: To prevent rounding discrepancies, please ensure unit prices used for calculation are rounded to the nearest whole dollar. It is the responsibility of each contractor to verify his or her calculations. B-3 TECHNICAL EVALUATION. The Government's technical evaluation shall evaluate the technical quotes on a pass/fail basis, assigning a rating of Acceptable or Unacceptable. An offer must be rated ""acceptable"" in order to be eligible for award. An ""unacceptable"" rating will result in the overall technical quote being rated ""unacceptable"" and the quote will therefore be ineligible for award. The Government will utilize the information provided by the offeror, along with information collected from other sources (i.e., other Government offices, commercial sources, etc.), in making a technical acceptability determination. If an Offeror's technical quote is determined to be Technically Unacceptable, no further evaluation will be conducted. Offerors determined to be technically unacceptable shall be eliminated from consideration for contract award. Offers must be determined technically acceptable in the following areas to be eligible for award: Offered capability meets the requirements in accordance with the Purchase Description titled �Purchase Description� of this Combined Synopsis Solicitation. TECHNICAL RATINGS Acceptable - The offeror's quote meets the minimum requirements stated in the Purchase Description titled �Purchase Description� of this Combined Synopsis Solicitation. Unacceptable - The offeror's quote fails to meet the requirements stated in the Purchase Description titled �Purchase Description� of this Combined Synopsis Solicitation. B-4 CONTRACT AWARD. The Government intends to award, without discussion, to the offeror whose quote represents the best selection for the Government based on meeting price and technical acceptability. Offerors are cautioned to submit sufficient information and in the format specified in 52.212-1 Addendum. Offeror's may be asked to clarify certain aspects of their quote. Communication conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for quote revision. The Government intends to award a contract without interchanges with respective offerors. The Government, however, reserves the right to conduct interchanges with one, none, or all offerors if deemed in its best interest. The Government retains the right to cancel this Request for Quote at any time prior to contract award. B-5 CONTRACTOR RESPONSIBILITY. Prior to an award, an offeror may be requested to provide business information for the purpose of a responsibility determination in accordance with FAR Part 9. Failure to provide requested information may result in a determination of non-responsibility, and the offeror would then be considered ineligible for award. (End of 52.212-2 Addendum) FAR Clauses Incorporated by Full Text 52.212-2 Evaluation-Commercial Products and Commercial Services. Nov 2021 As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: 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: See Addendum FAR 52.212-2 Evaluation (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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) The following solicitation clauses apply to this acquisition: 1. FAR 52.212-4, �Contract Terms and Conditions-Commercial Products and Commercial Services� 2. FAR 52.212-5, �Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services� This is an open-market combined synopsis/solicitation for commercial products as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all offers must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Offerors shall list exception(s) and rationale for the exception(s). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Chad Robinson, at chad.l.robinson4.civ@army.mil Contracting Officer, Aeron Miller, at aeron.p.miller.civ@army.mil Point of Contact Contract Specialist Chad Robinson (571) 588-8985 chad.l.robinson4.civ@army.mil Contracting Officer Aeron Miller aeron.p.miller.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aeb6fd32a433437e802d4e8e9d661ef5/view)
 
Place of Performance
Address: TX 75507, USA
Zip Code: 75507
Country: USA
 
Record
SN07478990-F 20250618/250616230047 (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.