Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2022 SAM #7413
MODIFICATION

34 -- Single edge double bevel blades

Notice Date
3/16/2022 6:39:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-22-Q-0034
 
Response Due
3/22/2022 11:00:00 AM
 
Archive Date
09/30/2022
 
Point of Contact
Eileen Emond, Phone: 508-206-2036, Richard C. Welsh, Phone: 5082062088
 
E-Mail Address
eileen.emond.civ@army.mil, richard.c.welsh2.civ@army.mil
(eileen.emond.civ@army.mil, richard.c.welsh2.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Department of the Army, ACC-APG, Natick Contracting Division, Natick, MA intends to purchase single edge double bevel blades IAW attached requirement and drawing for use in cutting apparatus (Sauer {Neumag} NMC 150 [NMC-H Series]) to provide staple sized synthetic fiber for production materials to support the Combat Capabilities Development Command �Solider Center (CCDC-SC) Fiber Project Team (FPT).��This is a combined synopsis and 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; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is W911QY-22-Q-0034. All other timely offers will be considered. Offers for other products must contain complete product information and prices.��This requirement is 100% small business set aside.� NAICS Code is 333515.� Size standard is 500 employees. �The Army�s Office for Small Business Programs concurs with this small business set aside determination.� Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. �Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability (see specification response sheet), price and past performance. Each is equally important.� Offeror�s quote shall contain: 1) Specification response sheet which shall be submitted with actual figures, not just yes/no responses; 2) Prices (including shipping); and 3) Past performance.� For Past Performance, Offeror�s are to submit previous contracts for similar requirements performed in the past 3 years, which contain contract number, date of award, and Contracting POC information.��Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov) to be eligible for award.� Instructions for registration are available at the website.� FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply.� Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply. �The following addenda or additional terms and conditions apply: �In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater.� The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping.� Offers should include price and delivery terms and the following additional information: Cage Code and DUNS number.� Offers may be e-mailed to Eileen Emond at eileen.emond.civ@army.mil and Chris Welsh at richard.c.welsh2.civ@army.mil.��Required delivery is four (4) shipments qty. 1,000/shipment or single shipment qty. 4,000.� All quantities must be delivered 8 months after award, F.O.B. Destination Natick, MA.� Offers must be received by 2:00 p.m. Eastern Standard Time on 22 Mar 2022.� Offers received after this date are late and will not be considered for award.� For information on this acquisition contact Eileen Emond at eileen.emond.civ@army.mil and Chris Welsh at richard.c.welsh2.civ@army.mil with RFQ # referenced on the email subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/111e348ee85648c68c1a6820cb332649/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06268343-F 20220318/220316230051 (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.