MODIFICATION
94 -- Aerospace Grade Rayon Fiber
- Notice Date
- 5/8/2025 6:45:24 AM
- Notice Type
- Solicitation
- NAICS
- 325220
— Artificial and Synthetic Fibers and Filaments Manufacturing
- Contracting Office
- DCSO COLUMBUS DIVISION #3 FORT BELVOIR VA 22060-6223 USA
- ZIP Code
- 22060-6223
- Solicitation Number
- SP8000-25-Q-0007
- Response Due
- 6/9/2025 12:00:00 PM
- Archive Date
- 06/24/2025
- Point of Contact
- Stacy Clark, Christine Boyer, Phone: 6146927389
- E-Mail Address
-
stacy.clark@dla.mil, christine.boyer@dla.mil
(stacy.clark@dla.mil, christine.boyer@dla.mil)
- Description
- The Defense Logistics Agency (DLA) by and through DCSO-C3 intends to award a contract with quantity ranges for up to 620,187 Lbs. of Aerospace Grade Rayon Fiber Filaments (Rayon). The Government reserves the right to award for less than the maximum quantity. All Rayon to be delivered under any resulting contract shall be packaged and delivered using standard industry practices at a minimum. Each production lot shall be assigned a unique lot number that correlates to the COA. The tag/label of each container shall be in English, able to be read to unaided eye and able to withstand the elements for a minimum of twenty years. Any eventual contract award will require the Contractor to deliver the material to Scotia, New York. The estimated dollar value of the acquisition is $7,411,234.65. The period of performance will be 24 months from ARO with all material to be delivered no later than September 30, 2027. The applicable PSC is 9420 and the applicable NAICS is 325220- Artificial and Synthetic Fibers and Filaments Manufacturing (small business size standard of 1050 employees or less). This requirement will be procured using procedures from FAR Part 13.5 (Simplified Acquisition Procedures) and FAR Part 15 (Contracting by Negotiation). Only proposals submitted from offerors registered in System for Award Management (SAM) will be considered for award under any resulting solicitation. For additional information and to register in SAM, please access the following website: https://sam.gov/ . In order to be eligible to receive an award under any resulting solicitation, an offeror must have a Unique Entity ID which may be acquired through SAM registration. All responsible sources may submit a proposal which shall be considered by the Government. (17) Place of Contract Performance: Performance locations are restricted to the United States, its outlying areas (i.e., United States Virgin Islands, Guam, American Samoa, and the Commonwealth of the Northern Mariana Islands), or Canada. The Contractor shall deliver the Rayon to the Scotia Army Depot, Scotia, New York. (18) Set-aside Status: Only one responsible source and no other supplies or services will satisfy agency requirements. (Far 6.302-1) Sole Source, to small Business. The Rayon material that is utilized on U.S. Government on this program is sole source to ENKA. ICF Mercantile has a distribution agreement to sell with ENKA Rayon in the United States.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/987e247c0cc84cadbf5e9d4183994c15/view)
- Record
- SN07435379-F 20250510/250508230045 (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 |