Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2025 SAM #8728
SOLICITATION NOTICE

95 -- USACE NWP, John Day Track Wheels Purchase

Notice Date
10/17/2025 9:21:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N26QA001
 
Response Due
11/7/2025 12:00:00 PM
 
Archive Date
11/22/2025
 
Point of Contact
Jessica Manley, Darrell Hutchens
 
E-Mail Address
jessica.manley@usace.army.mil, darrell.d.hutchens@usace.army.mil
(jessica.manley@usace.army.mil, darrell.d.hutchens@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION W9127N26QA001 John DayTrack Wheels U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP) 17 October 2025 This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W9127N26QA001 is a Request for Quotes under FAR Part 13 for the establishment of a firm fixed price contract to purchase replacement track wheel assemblies for John Day Dam Navigation Lock, in Oregon, USA in support of US Army Corps of Engineers (CE), Portland District (NWP). The solicitation document�s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 Effective date 10/01/2025. This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 332710 � Machine Sjhops with a Small Business Size Standard of 500 employees. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award. The Government requests pricing for the following items: DESCRIPTION: CLIN 0001, Trackwheels � 6 each Unit Price: ___________________ Extended Price: ___________________ CLIN 0002, Option Trackwheels � 2 each Unit Price: __________________ Extended Price: ____________________ Delivery Schedule: Delivery of above products is to be no later than 27 February 2026 for CLIN 0001 and if Option CLIN 0002 is exercised, then delivery for that is no later than 20 March 2026. (If additional time is needed the contractor shall provide justification for additional time within their quote) Supplies will be inspected/accepted: All supplies will be inspected/accepted at Destination by Government. Delivery Information: Ship to: U.S. Army Corps of Engineers PORTLAND DIST JOHN DAY DAM, 1-84 EXIT 109 SERVICE BLDG RUFUS, OR 97050 Supplies shall be delivered between Monday through Thursday 0800 � 1600. Excluding Federal holidays. 52.212-1 INSTRUCTIONS TO OFFERORS�COMMERCIAL ITEMS (MAR 2023) � ADDENDUM Proposals shall include the following: 1. Name / Date: __________________________________________________________________ 2. Address / Telephone No.: ________________________________________________________ 3. Cage Code (or UEI, both from SAM): ____________________________________________ 4. Quote � Provide pricing in accordance with the foregoing CLINs. Provide a technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, to include product literature, or other documents, if necessary. Quotes shall include all Standard Commercial Warranties, Completed Representations & Certifications, and detailed equipment specification sheets. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ. Submissions: Quotes are due no later than 07 November 2025, at 12:00 PM PT. Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. If you have any questions or concerns, you may contact Jessica Manley by email at Jessica.Manley@usace.army.mil. Please inquire no later than 31 October 2025 to ensure all parties receive the information before quotes are due. Be sure to review all attachments in their entirety. Quotes must be emailed to: Jessica.Manley@usace.army.mil & Darrell.D.Hutchens@usace.army.mil. Upon award and satisfactory completion of delivery and installation, payment will be made through: USACE, Finance Center cefc-g2invoices@usace.army.mil Attn: CEFC-AO-P 5722 Integrity Drive Millington, TN 38054-5005 With an electronic copy submitted to the POCs in the attached Statement of Work (SOW). (End of provision) 52.212-2 EVALUATION � COMMERICAL ITEMS (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: Technical Capability Experience Price (reference Item Schedule and Location Differential Tables above) Technical Capability: Provide evidence of licensure and certification for professional mechanical engineer and senior level GDT professional available to support the work as specified in the RFQ. Provide evidence of the most recent calibrations, within the last 12 months of a sample of the machine tools and measurement devices required to perform the work specified in the RFQ. See Table 1. Experience: The Government will evaluate the extent to which the offeror demonstrates successful completion, within the least five (5) years of machining and assembly of three (3) previous separate fabrications used for rolling contact applications of similar size, material, and tolerances, as indicated in the RFQ. Submit up to six (6) pages of information describing the three (3) completed projects. A maximum of three (3) projects will be evaluated. See Table 2. Non-price factors, when combined, are equal to price. Table 1: Technical Capability Acceptable/Unacceptable Ratings *Please see table within attachment ""Solicitation - W9127N26QA001"" Table 2: Experience Acceptable/Unacceptable Ratings *Please see table within attachment ""Solicitation - W9127N26QA001"" (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) Attachments Statement of Work (SOW) Final_Drawings_with_Cover_Sheet_signed_20251008 Solicitation - W9127N26QA001
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/09e2cd9a3b6b4c1194bc34708dd1f0ce/view)
 
Place of Performance
Address: Rufus, OR 97050, USA
Zip Code: 97050
Country: USA
 
Record
SN07621938-F 20251019/251017230034 (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.