Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SOLICITATION NOTICE

83 -- 3M Nextel Fabric

Notice Date
6/4/2025 1:03:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
80LARC903404Q
 
Response Due
6/16/2025 1:30:00 PM
 
Archive Date
06/17/2025
 
Point of Contact
Michael Devine
 
E-Mail Address
michael.p.devine@nasa.gov
(michael.p.devine@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotation (RFQ) under solicitation number 80LARC903404Q for 3M Nextel brand name woven ceramic fabrics, specifically BF-20 style fabric woven from Nextel 440 roving in a 5-harness satin weave. The procurement includes material, transportation, delivery/offloading, and documentation. See Attachment A for full specifications. The following dates and times represent firm deadlines under this solicitation: (a) 10 JUN 2025 at 4:30pm EST � Deadline for offeror questions (b) 16 JUN 2025 at 4:30pm EST � Deadline for submission of quotations The provisions and clauses in the RFQ are those in effect through FAC 2025-03. This acquisition is a 100% total small business set-aside. The NAICS Code and Size Standard are 314999 and 550 employees respectively. The Offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Delivery shall be free on board (FOB) Destination. The selected Offeror shall work with the End-user Technical Representative (TR) for delivery point specifics after award. The payment terms will be NET 30. No partial payments or deliveries are acceptable. Offers for the items(s) described above must include, solicitation number, FOB destination to this NASA Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023) which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: Solicitation Provision 52.204-7. All Offerors shall complete electronic annual representations and certifications at SAM.gov with its offer. Offerors are advsied that system updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government (see FAR 2.101, Best Value), with consideration given to the following factors: (i) Technical capability of the item(s) offered to meet the Government requirement *(f) (ii) Delivery (iii) Price At a minimum, quotations shall include the following: (a) Price for each separate deliverable (b) Delivery FOB destination to NASA Langley Research Center (c) Lead time and speed of delivery (d) Overall total price (e) Quotations shall remain valid for 30 days unless otherwise expressly stated in the quotation *(f) Adequate product literature or other information to allow the Government to determine technical merit FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (NOV 2023) is applicable. Addenda to FAR 52.212-4 are as follows: None. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (JAN 2025) (DEVIATION FEB 2025) is applicable and the following identified clauses are incorporated by reference: 52.203-6 with Alt. I, 52.219-6, 52.222-19, 52.222-50, 52.226-8, and 52.232-33. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf Additional NFS and NASA Langley Center specific solicitation provisions and clauses are added by attachment. This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential Offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments. All contractual and technical questions must be submitted electronically via email to Michael Devine at michael.p.devine@nasa.gov no later than Tuesday 10 JUN 2025 at 4:30pm EST. Telephone questions will not be accepted. Official answers to questions will be posted to the solicitation at Sam.gov. Responses to this combined synopsis/solicitation must be received via email to Michael Devine at michael.p.devine@nasa.gov no later than Monday 16 JUN 2025 at 4:30pm EST. Interested vendors MUST include the solicitation number in the subject line of their emailed quote in order to be considered for award. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic quotation by the due date and time specified for this RFQ shall result in the quotation being considered late, and shall be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/40e91aaf06f24c15be559095bfac560e/view)
 
Place of Performance
Address: Hampton, VA 23681, USA
Zip Code: 23681
Country: USA
 
Record
SN07466278-F 20250606/250604230052 (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.