SOLICITATION NOTICE
68 -- Residuals Dewatering Polymer
- Notice Date
- 5/22/2025 5:37:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325199
— All Other Basic Organic Chemical Manufacturing
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR25Q0020
- Response Due
- 6/23/2025 11:00:00 AM
- Archive Date
- 09/30/2025
- Point of Contact
- KENNEDY LUTHER VILA, Phone: 4109620154, Vincent Gier, Phone: 4109622584
- E-Mail Address
-
kennedyluther.s.vila@usace.army.mil, vincent.j.gier@usace.army.mil
(kennedyluther.s.vila@usace.army.mil, vincent.j.gier@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- RFQ for the purchase of Residuals Dewatering Polymer (Polyacrylamide) (Liquid Emulsion) for the Washington Aqueduct. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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. Solicitation number, W912DR25Q0020 is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This acquisition will be a 100% Total Small Business set-aside under NAICS code 325199 with a size standard of 1,250 employees. The Product Service Code (PSC) is 6810 - Chemicals. The Contractor, as an independent Contractor and not as an agent of the Government, shall furnish all labor, supervision, materials, equipment and supplies to supply dewatering polymer to the Washington Aqueduct (WA) in accordance with the specifications listed in the Statement of Work (SOW). UOM = Unit of Measure Q = Quantity Year Supply Q UOM Unit Cost Year 1 Dewatering Polymer 270,000 Pounds Neat $____ $____ Year 2 Dewatering Polymer 270,000 Pounds Neat $____ $____ Year 3 Dewatering Polymer 270,000 Pounds Neat $____ $____ Year 4 Dewatering Polymer 270,000 Pounds Neat $____ $____ Year 5 Dewatering Polymer 270,000 Pounds Neat $____ $____ Furnish all of the Washington Aqueduct�s Residuals Dewatering Polymer (Polyacrylamide) (Liquid Emulsion) in accordance with these specifications. Residuals Dewatering Polymer is used at Washington Aqueduct�s Dalecarlia water treatment plant (WTP). Residuals Dewatering Polymer shall conform to the requirements of ANSI/AWWA Standard B453, latest revision, for Residuals Dewatering Polymer, except as modified or supplemented herein, and shall conform to NSF/ANSI Standard 60. The period of performance (POP), five (5) years, will begin from date of award. Delivery and acceptance will occur at the Government facility located in Washington, DC listed in the SOW under Section 7.4.7 (FOB: Destination). Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. An addendum to FAR 52.212-1 is attached at the end of the provision. The evaluation procedures that will be used for this acquisition will include the procedures listed in FAR part 12, subpart 13.5, and subpart 16.5. Each proposal will be evaluated based on the following evaluation factors: Technical Capability Price Award will be made to the lowest-price, technically acceptable offer. Please be sure to fill out FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, located in Section K of the attached Standard Form (SF) 1449 with your offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses have been incorporated by reference in FAR 52.212-5 and are applicable to the acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-16, Liquidated Damages�Subcontracting Plan (SEP 2021) FAR 52.219-28, Postaward Small Business Program Rerepresentation (JAN 2025) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2025) FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020) FAR 52.222-37, Employment Reports on Veterans (JUN 2020) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) FAR 52.222-54, Employment Eligibility Verification (JAN 2025) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.229-12, Tax on Certain Foreign Procurements (FEB 2021) FAR 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (NOV 2021) FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (OCT 2018) FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017) FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) This acquisition will be procured using a Fixed-Firm-Price (FFP) contract and is not applicable to the Defense Priorities and Allocations System (DPAS). Quoters are asked to respond to this RFQ by submitting a proposal through the Procurement Integrated Enterprise Environment (PIEE) no later than June 23, 2025 at 02:00 P.M. Eastern Daylight Time (EDT). All questions regarding this solicitation shall be emailed to Kennedy Vila, Contract Specialist, at KennedyLuther.S.Vila@usace.army.mil and Vincent Gier, Contracting Officer, at Vincent.J.Gier@usace.army.mil no later than June 4, 2025, at 11:00 AM EDT. Questions via telephone will not be entertained. DISCLAIMER: The Government is not liable for information furnished by any other source. The governmentwide point of entry (GPE), SAM.gov and piee.eb.mil, are the methods of distributing information. Therefore, it is the responsibility of any interested parties to check SAM.gov and piee.eb.mil periodically for any further postings. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for inabilities to access the documents posted on the referenced web pages. Interested parties should refresh the page periodically when accessing. The Government will not issue paper copies.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/837f52fd9c904f30870451c973d905ff/view)
- Place of Performance
- Address: Washington AqueductDalecarlia Water Treatment Plant-RPF5225 Little Falls Road, N.W. Washington, D.C. 20016
- Record
- SN07454060-F 20250524/250522230100 (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 |