Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2025 SAM #8620
SOLICITATION NOTICE

84 -- The Government requires a quantity of three (3) 300 linear yard (ly) rolls of Honeywell Spectra Shield� 6472.SS-6472

Notice Date
7/1/2025 12:57:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325220 — Artificial and Synthetic Fibers and Filaments Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX25QA048
 
Response Due
7/9/2025 8:59:00 AM
 
Archive Date
07/24/2025
 
Point of Contact
Meghan Dumler, Phone: 5206729598, Zachary Dowling, Phone: 5206729587
 
E-Mail Address
meghan.d.dumler.civ@army.mil, zachary.a.dowling2.civ@army.mil
(meghan.d.dumler.civ@army.mil, zachary.a.dowling2.civ@army.mil)
 
Description
Disclaimer: This is a combined synopsis/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. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 6.302. The name of the company the Government intends to solicit from is Honeywell, located at 15801 Woods Edge Rd, Colonial Heights, VA 23834-6059. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect on June 11th 2025 through Federal Acquisition Circular 2025-04. For purposes of this acquisition, the associated NAICS code is 325220. The small business size standard is 1,050 Employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Quantity of three (3), 300 linear yard (ly) rolls of Honeywell Spectra Shield� 6472.SS-6472 to be delivered to Aberdeen Proving Ground, Maryland 21005 via FOB Destination. Specifications/Requirement: N/A Delivery: Delivery is required by eight (8) weeks after contract award (ACA). Delivery shall be made to Logistics Warehouse, building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Logistics Warehouse, building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. The FOB point is Destination. Clauses: The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause N/A. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7, System for Award Management NOV 2024 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13, System for Award Management Maintenance OCT 2018 52.204-16, Commercial and Government Entity Code Reporting AUG 2020 52.204-17, Ownership or Control of Offeror AUG 2020 52.204-18, Commercial and Government Entity Code Maintenance AUG 2020 52.204-19, Incorporation by Reference of Representations and Certifications DEC 2014 52.204-20, Predecessor of Offeror AUG 2020 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Entities DEC 2023 52.204-27, Prohibition On A Bytedance Covered Application JUN 2023 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JAN 2025 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.219-28, Postaward Small Business Program Representation JAN 2025 52.222-3, Convict Labor-Cooperation with Authorities and Remedies JUN 2003 52.222-19, Child Labor-Cooperation With Authorities And Remedies FEB JAN 2025 52.222-50, Combating Trafficking in Persons NOV 2021 52.225-13, Restrictions on Certain Foreign Purchases FEB 2021 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications JUN 2020 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024 52.232-33, Payment by Electronic Funds Transfer�System for Award Management OCT 2018 52.232-39, Unenforceability of Unauthorized Obligations JUN 2013 52.232-40, Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.233-3, Protest after Award AUG 1996 52.233-4, Applicable Law for Breach of Contract Claim OCT 2004 52.247-34, F.o.b. Destination JAN 1991 DFARS: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.203-7005, Representation Relating to Compensation of Former DoD Officials SEP 2022 252.204-7000, Disclosure of Information OCT 2016 252.204-7003, Control of Government Personnel Work Product APR 1992 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation DEC 2019 252.204-7017, Prohibition On the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation MAY 2021 252.204-7018, Prohibition On the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023 252.204-7019, Notice Of NIST SP 800-171 Dod Assessment Requirements NOV 2023 252.223-7008, Prohibition of Hexavalent Chromium JAN 2023 252.225-7000, Buy American Statute�Balance of Payments Program Certificate FEB 2024 252.225-7001, Buy American Act and Balance of Payments Program FEB 2024 252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies DEC 2018 252.225-7012, Preference for Certain Domestic Commodities APR 2022 252.225-7013, Duty-Free Entry NOV 2023 252.225-7048, Export-Controlled Items JUN 2013 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010, Levies on Contract Payment DEC 2006 252.244-7000, Subcontractors for Commercial Products or Commercial Services NOV 2023 252.246-7008, Sources of Electrical Parts JAN 2023 252.247-7023, Transportation of Supplies by Sea OCT 2024 252.243-7001, Pricing Of Contract Modifications DEC 1991 LOCAL INSTRUCTIONS: ACC-APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT DISTRIBUTION STATEMENT A GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM - APG EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FULL TEXT CLAUSES: 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25, Prohibition On Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26, Covered Telecommunications Equipment or Services�Representation (Oct 2020) 52.252-1, Provisions Incorporated by Reference (Feb 1998) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 252.211-7003, Item Unique Identification and Valuation (Jan 2023) 252.232-7006, Wide Area Workflow Payment Instructions (Jan 2023) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. The following notes apply to this announcement: In Accordance with FAR 32.003, contract financing cannot be provided for this acquisition. Place of Delivery: Logistics Warehouse, building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005 Set Aside: N/A
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/70023dd1fc104dc7a6a0accae30a75cd/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07496064-F 20250703/250701230051 (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.