SOLICITATION NOTICE
36 -- Wire Arc Additive Manufactured (WAAM) Parts
- Notice Date
- 6/20/2025 1:42:26 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333248
—
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ25Q0612
- Response Due
- 6/27/2025 11:00:00 AM
- Archive Date
- 07/12/2025
- Point of Contact
- Jennifer Hoben, David Ammermann
- E-Mail Address
-
Jennifer.Hoben@usace.army.mil, david.g.ammermann@usace.army.mil
(Jennifer.Hoben@usace.army.mil, david.g.ammermann@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- *Solicitation Amended for second time on 20 JUNE 2025 to extend solicitation through 27 JUNE 2025. No other changes made* *Solicitation Amended on 18 JUNE 2025 to add a Question and Answer document. No other changes made.* This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice for Wire Arc Additive Manufactured (WAAM) Parts. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The US Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) Geotechnical and Structures Laboratory (GSL) in Vicksburg, MS intends to award a BPA Call for WAAM parts and reserves the right to award a Master Blanket Purchase Agreement (BPA) as indicated if additional vendors are identified as capable to facilitate the anticipated recurring procurement of WAAM manufactured parts. This procurement is being conducted in accordance with regulation at FAR 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR 13.303, Blanket Purchase Agreements. A BPA is a simplified method of filing anticipated repetitive needs for supplies or services by establishing �charge accounts� with qualified sources of supply. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required WAAM parts. Should a vendor hold an existing Master BPA for these items, a BPA Call may be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This procurement is being competed as 100% Small Business set aside utilizing the North American Industry Classification System Code (NAICS) 333248, All Other Industrial Machinery Manufacturing, with a size standard 750 employees. **The Description of Requirement (DOR) for the BPA Call is attached to this solicitation. Offerors shall provide a quote for the BPA Call. The CAD file ""3D Part Model - 3DHinge.stp"" is available upon request from Jennifer.Hoben@usace.army.mil Instructions to Offerors (Reference FAR 52.212-1) (a) The Offeror is responsible for reading all information contained in this solicitation and all attachments, if any, posted with it. It will be the offeror�s responsibility to frequently check the www.Sam.gov website where the synopsis/solicitation is to be posted for any amendments/changes to the RFQ. (b) Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov. (c) Submission of offers. Signed and dated offers are due 27 June 2025, not later than 1:00 PM CST and must be submitted via email to: David.G.Ammermann@usace.army.mil and Jennifer.Hoben@usace.army.mil. Offers may be submitted in writing on letterhead stationery, or as otherwise specified in the solicitation. At a minimum, offers must include: (1) The solicitation number W912HZ25Q0612; (2) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. (3) Pricing for each item, Shipping costs, Estimated delivery date, Verify that shipping terms shall be FOB Destination: State discount terms, if any; (4) Cage code and/or DUNS Number. (d) Late submissions, modifications, revisions, and withdrawals of offers - (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the designated government emails by the date and time designated in the solicitation; (2) Any offer, modification, revision, or withdrawal of an offer received after the exact date and time specified for receipt of offers is ""late"" and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; however, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted; and (3) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. In accordance with FAR 52.212-2 - Evaluation -- Commercial Items, the Government will award a BPA Call and reserves the right to award a Master BPA if additional vendors are identified as capable of providing the WAAM parts resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: 1) Technical � Providing items that at least meet the minimum specifications as defined in the DOR. Technical documentation is required to show the type of products/items proposed in the contractors offer. 2) Price - Price will be evaluated to determine the award of the BPA call. Basis of Award: Award(s) will be made to the offeror(s) that are technically acceptable and provide the lowest quote as stated above. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote. The Government intends to evaluate offers and intends to award a BPA Call and reserves the right to award a Master BPA as indicated if additional vendors are identified as capable of providing the required items without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Before a complete evaluation of your quote can be made the Offeror must provide ""Offeror Representations and Certifications"" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004), Offeror Representations and Certifications - with their quote package. The following FAR clauses and provisions will apply to this acquisition: 52.203-3 Gratuities 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-26 Covered Telecommunications Equipment or Services�Representation 52.209-7 Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Items (DEVIATION 2025-O0003 and DEVIATION 2025-O0004) 52.212-4 Contract Terms and Conditions � Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items (DEVIATION 2025-O0003 and DEVIATION 2025-O0004) 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.246-2 - Inspection Of Supplies--Fixed Price 52.247-34 - F.O.B. Destination 52.252-2 Clauses Incorporated by Reference Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Representation 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-6 Drug Free Workplace 52.223-10 Waste Reduction Program (DEVIATION 2025-O0004) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer � System for Award Management 52.233- 3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim The full text of these FAR clauses can be accessed electronically at website: https://www.acquisition.gov/browse/index/far The following DFARS Clauses and Provisions may be applicable to this acquisition: 252.203-7000 Requirement Relating to Compensation of Former DoD officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD officials 252.211-7003 Item Unique Identification and Valuation 252.204-7003 Control Of Government Personnel Work Product 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications The full text of these DFARS clauses can be accessed electronically at website: https://www.acquisition.gov/dfars Responses should be submitted via email to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil no later than 1:00PM Central Standard Time on 27 June 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7012c087ad4a483ebac51fe49cd561c2/view)
- Place of Performance
- Address: Vicksburg, MS, USA
- Country: USA
- Country: USA
- Record
- SN07484143-F 20250622/250620230041 (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 |