Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2025 SAM #8619
SOLICITATION NOTICE

53 -- Hinge, 72.0"" PN MS20001A16-72.00

Notice Date
6/30/2025 10:57:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
W6QK LAD CONTR OFF CHAMBERSBURG PA 17201-4150 USA
 
ZIP Code
17201-4150
 
Solicitation Number
W25G1Q5140012A
 
Response Due
7/7/2025 12:00:00 PM
 
Archive Date
07/22/2025
 
Point of Contact
Natalie A. Carmack, Phone: 7172678038, Fax: 7172679834
 
E-Mail Address
natalie.a.carmack2.civ@army.mil
(natalie.a.carmack2.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
General Information 1. This is a combined synopsis and solicitation for commercial supplies prepared in accordance with the procedures in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 2. This solicitation is being issued as a Request for Quotation (RFQ). This requirement falls under FSC 5340 on existing, established Blanket Purchase Agreements (BPAs). Award will be made based upon the best value to the Government. If award is made to an existing established BPA vendor, a BPA Call/Order will be procured in accordance with the establish BPA guidelines. If award is made to a vendor outside of the BPA vendor, a Purchase Order (PO) will be procured in accordance with Subpart 13.302. 3. This acquisition is set-aside for 100% Small Business Concerns. The 2022 North American Industry Size Classification System (NAICS) code associated with this requirement is 332510. The Small Business Size Standard associated with this NAICS is 750 employees. Prospective small businesses are encouraged to include a representation of its socioeconomic status, including 8(a), small, disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, EDWOSB, or WOSB status. Requirement Information Description: Letterkenny Army Depot has a requirement for the purchase and delivery of the material below. Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination is required; Letterkenny Army Depot, Chambersburg, PA 17201. Exact customer address will be provided in the resulting award. Inspection and Acceptance will occur at destination. Line-Item Description Letterkenny Army Depot (LEAD) has the requirement to potentially purchase the following estimated material: NOMENCLATURE QTY U/I UNIT PRICE EXTENDED PRICE HINGE, 72 � PN: MS20001A16-72.00 36 EA *All parts must be new. No variation or revisions will be accepted. Proposed Delivery: _____________________________________________________________________ Payment Terms: _______________________________________________________________________ __________________________________________________________ Name / Title ___________________________________ ______________________ Signature Date Instructions to Offerors 1. Questions: Questions regarding this RFQ shall be submitted to the Contracting Officer, in writing, at least two (2) calendar days prior to the closing date. Questions submitted after this time will be answered at the discretion of the Contracting Officer. The Contracting Officer for this action is Thomas Hall, thomas.c.hall111.civ@army.mil. Please forward questions to Natalie Carmack, Purchasing Agent, natalie.a.carmack2.civ@army.mil. Include offeror�s name, address, telephone number, unit price, payment terms, any discount information, CAGE code, DUNS number, tax identification number (TIN) with the quotation. Do not state �TIN is on file.� Include the estimated delivery time after receipt of order. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 2. Contact Information: If award is made to an existing established BPA vendor, the Point of Contact (POC) will be Natalie Carmack, Contract Specialist. If award is made to a vendor outside of the existing established BPA vendor, a Technical Point of Contact (TPOC) will be appointed at the time of award. The successful Offeror will be furnished the TPOC name and contact information at the time of contract award. 3. Period of Acceptance of Offers: The Offeror agrees to hold the quantity and pricing in its offer firm for 30 calendar days from the date specified for receipt of offers. 4. Response Time: Quotations will be accepted via e-mail not later than 4:00 PM Eastern Time (ET) on Monday, 07 July 2025. All quotes must be marked with RFQ number and title. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on SAM.GOV will not be made available. Only email responses will be accepted. IMPORTANT NOTICES 1. System for Award Management (SAM): In accordance with FAR 4.1102 Policy, Offerors shall be registered in the SAM database in order to be eligible for contract award. No award will be made to an Offeror not registered. Registration can be accomplished at https://sam.gov/content/entity-registration. Registration in this database shall remain active. There has been a recent SAM requirement for submission of notarized letters for all new vendor registrants, and for renewals of existing registrations. Please check your SAM registration and if the registration is due for renewal in the next few months, it is important to start that process immediately. For additional information on notarized letters, visit https://www.fsd.gov/gsafsd_sp?id=kb_article_view&sysparm_article=KB0016652&sys_kb_id=8cfe46491b1cb8909ac5ddb6bc4bcbbb&spa=1. 2. Annual Representations and Certifications: In accordance with FAR 4.1201 Policy, Offerors shall complete electronic annual representations and certifications within SAM as part of required registration. Registration in this database must be kept current and can be accessed at https://sam.gov/content/entity-registration. 3. Award without Discussions: The Government intends to award without discussions, offerors should submit their best prices in their initial offer. 4. Amendments: The Offeror shall submit to the Contracting Officer signed copies of all amendments issued to this solicitation. Failure to comply may cause your proposal to be rejected. 5. Award: Award will be made based upon the best value to the Government (i.e. lowest price, lead time, adherence to part number). 6. Payment: Payment for this action will be made by Electronic Funds Transfer (EFT) through the Defense Finance and Accounting Services (DFAS) utilizing Wide Area Work Flow WAWF). See FAR 252.232-7006 Wide Area Work Flow Payment Instructions for more information. 7. Period for Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. 8. Quotes: Quotes shall be signed by an authorized individual in accordance with FAR 4.102, Contractor�s Signature. Failure to comply may cause a quote to be rejected. Offerors should mark each page of their quote as ""Proprietary Information"" if it wants it treated as Proprietary Information under the Procurement Integrity Act. 9. Set- Aside: The proposed contract is a 100% Small Business Set-Aside. CLAUSES The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at www.acquisition.gov. The following provisions and clauses are hereby included by full text or in by reference as prescribed: FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 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 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-20 Predecessor of Offeror FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-22 Alternative Line Item Proposal FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other 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 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.211-16 Variation in Quantity FAR 52.211-17 Delivery of Excess Quantities FAR 52.212-1 Instructions to Offerors, Commercial Items FAR 52.212-3 Offeror Representations and Certifications�Commercial Items Alternate I FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003) FAR 52.215-1 Instructions to Offerors-Competitive Acquisition FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-18 Place of Manufacture FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes FAR 52.233-2 Service Of Protest 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 52.247-34 F.O.B. Destination FAR 52.249-14 Excusable Delays DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relation to Compensation of Former DoD Officials DFARS 252.204-7000 Disclosure of Information DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 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 252.204-7022 Expediting Contract Closeout DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance Of Payments Program-- Basic DFARS 252.225-7002 Qualifying Country Sources As Subcontractors 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 252.225-7048 Export-Controlled Items DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 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 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.246-7003 Notification of Potential Safety Issues DFARS 252.246-7008 Sources of Electronic Parts DFARS 252.247-7023 Transportation of Supplies by Sea Please be advised that the solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, dated 01/17/2025. Please be advised that offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. Please be advised that the clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and that any and all addendums to this Combined Synopsis/Solicitation apply to this clause as well. Please be advised that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and that any of the additional FAR clauses cited in the clause apply as well to this acquisition. FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer 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. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov (End of provision) FAR 52.252-2 Clauses incorporated by reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov (End of clause) FAR 52.252-5 Authorized Deviations in Provisions (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of provision) FAR 52.252-6 Authorized Deviations in Clauses (NOV 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/643e4d5a98a04233aae85f78c38bfbc7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07494073-F 20250702/250630230048 (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.