COMBINED SYNOPSIS/SOLICITATION NOTICE:
Requirement Title: Various Chemicals
Solicitation Number: FA9453-22-Q-OR01
Solicitation Issue Date: Wednesday, January 19, 2022
Response Deadline: 21 February 2022, no later than 04:00 PM Mountain Standard Time
Points of Contacts: Karl Marbach, karl.marbach@us.af.mil, (505) 853-5781
Contracting Officer: Aaron McKellum, aaron.mckellum@spaceforce.mil, (505) 846-4421
GENERAL INFORMATION
1. This is a combined synopsis/solicitation notice for commercial product/services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
2. This solicitation is being issued as a(n): Request for Quotation (RFQ). Pricing must meet the Buy American Act with Qualifying Countries, IAW DFARS Clause 252.225-7001.
3. This solicitation document and incorporated provisions and clauses are those in effect through, Federal Acquisition Circular (FAC) 2021-07, dated 30 July 2021.
4. This acquisition is set-aside 100% for Small Business Competition.
5. North American Industry Classification System Code (NAICS) is 325998 – All Other Miscellaneous Chemical Product and Preparation Manufacturing
6. The Product Service Code (PSC) is H268 - Chemicals
7. The size standard of 500 employees. All qualified small businesses under this industry are encouraged to submit quotes.
REQUIREMENT INFORMATION
Description:
Item 1: Samarium Powder, 48 kg (for 6 canisters plus 2 spares)
Delivery: 60 Days After Receipt of Order (ARO)
99% minimum total Sm content by mass
99.9% minimum Sm trace metals basis
700 micron (-25 mesh) preferred
Larger than 300 micron (-40 mesh) acceptable
Preparation must not include a hydrogenation/dehydrogenation process
Item 2: Neodymium Powder, 24 kg (for 6 canisters plus 2 spares)
Delivery: 60 Days ARO
99% minimum total Nd content by mass
99.9% minimum Nd trace metals basis
700 micron (-25 mesh) preferred
Larger than 300 micron (-40 mesh) acceptable
Preparation must not include a hydrogenation/dehydrogenation process
Item 3: Titanium Powder, 232 kg (12 canisters plus 4 spares)
99% minimum total Ti content by mass
99.9% minimum Ti trace metals basis
44 micron particle size (-325 mesh) preferred
-400 to -140 mesh accepatable
Item 4: Boron (crystalline), 105.6 kg (12 canisters plus 4 spares)
99% minimum total B content by mass
99.9% minimum B trace metals basis
Preferred 30-40 micron particle size
25 to 100 microns acceptable
In accordance with FAR Provision 52.212-1(d), Product Samples, when required by the solicitation,
product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise
specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
Base on the above provision, it’s required to send a ten (10) gram sample of each chemical to the following addresses listed below no later than dd mm 2022.
Prior to delivery of the samples, please provide the Material Safety Data Sheets (MSDS) identifying the manufacturer,
dimensions of the container, as well as exact mesh of the samples provided. When required by the solicitation,
product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified
in this solicitation, these samples shall be submitted at NO EXPENSE to the Government, and returned at the
sender's request and expense, unless they are destroyed during preaward testing, as stated above.
Government will need an additional three (3) weeks to test samples for accuracy and acceptability.
Please note the production methods and standards of the bulk chemicals delivered must be identical to those of the
10 g samples provided and tested. Testing of additional samples from the bulk delivery shall be consistent
with the quality and characteristics of the initial sample provided for pre-award testing. Any shipment deemed
not acceptable will not be accepted by the Government.
10 g to:
Attn: Nicholas Shuman
4600 Randolph Ave SE
Bldg 1010W
Kirtland AFB, NM 87117
10 g to:
Attn: Mike Tinnirello
Attn: Jeremy Tompkins
Logistics Material Control Activity (LMCA)
302 North Mercury Blvd
Bldg 8460
Edwards AFB, CA 93254
Place of Delivery/Performance/Acceptance/FOB Point:
F.O.B. Destination; Edwards AFB, California (exact customer address will be provided in the resulting contract).
52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein:
1. Questions may be submitted to the POCs and Contracting Officer listed above no later than 18 February 2022. Questions submitted after this date may not be answered.
2. Quotes in response to this solicitation must be submitted via email to the POCs and Contracting Officer listed above no later than the established deadline.
3. Quotes must be valid for 90 days and the COUNTRY OF ORIGIN MUST BE INCLUDED PER CHEMICAL
4. Send a ten (10) gram sample of each chemical to the following addresses listed below. IAW FAR 52.212.1(d) Product samples. Prior to delivery of the samples please provide the Material Safety Data Sheets (MSDS) identifying the manufacturer, dimensions of the container, as well as exact mesh of the samples provided. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at NO EXPENSE to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing. Please note the production methods and standards of the bulk chemicals delivered must be identical to those of the 10 g samples provided and tested. Testing of additional samples from the bulk delivery shall be consistent with the quality and characteristics of the initial sample provided for pre-award testing. Any shipment deemed not acceptable will not be accepted by the Government.
10 g to:
Attn: Nicholas Shuman
4600 Randolph Ave SE
Bldg 1010W
Kirtland AFB, NM 87117
10 g to:
Attn: Mike Tinnirello
Attn: Jeremy Tompkins
Logistics Material Control Activity (LMCA)
302 North Mercury Blvd
Bldg 8460
Edwards AFB, CA 93254
5. IAW FAR 52.212-1(g) CONTRACT AWARD. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. 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.
6. IAW FAR 52.212(h) MULTIPLE AWARDS. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
7. Complete the below contractor identification information.
Company Name: Point of Contact:
Address: Telephone Number:
Discount Terms SAM Registered: Yes/No
Small Business: Yes/No DUNS #
CAGE #: Veteran-Owned: Yes/No
Woman-Owned: Yes/No Estimated Period of Performance/Delivery: Signature/Date:
Printed Name:
52.212-2 EVALUATION-COMMERCIAL ITEMS.
Evaluation-Commercial Items (Oct 2014)
(a) 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, price and other factors considered. The following factors shall be used to evaluate offers:
i. Technical Acceptability. Successful offeror must meet all of the minimum requirements set on this solicitation. Metal samples will be evaluated by x-ray diffraction, scanning electron microscopy, and efficacy towards intermetallic reaction. The technical evaluation team will evaluate by assigning a rating of “acceptable” or “unacceptable”. Only those proposals considered technically acceptable will receive further consideration for award. Once a proposal is deemed acceptable, all technical proposals are considered equal.
ii. Price – In accordance with (IAW) FAR 13.106-1(a)(2) – The basis of award will be made on the best value to the government. IAW FAR 2.101, “BEST VALUE” means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement.
iii. Factor and Subfactor – IAW FAR 13.106-1(a)(2) - Solicitations are not required to state the relative importance assigned to each evaluation factor and subfactor, nor are they required to include subfactors.
iv. Buy American Act – All quotes will be evaluated in accordance with DFARS 225.105. A fifty percent evaluation factor will be used to all foreign offers. In accordance with FAR 25.401(a)(1), Trade Agreement Act does to this requirement.
v. Complete Information – In accordance with FAR 14.301, incomplete information may deem your quote non-responsive and it will be eliminated in competing this requirement.
(End of provision)
CLAUSES AND PROVISIONS
FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.
FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.
FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference:
- 52.219-6, Notice of Total Small Business Set-Aside
- 52.222-19, Child Labor--Cooperation with Authorities and Remedies
- 52.222-21, Prohibition of Segregated Facilities
- 52.222-26, Equal Opportunity
- 52.222-36, Equal Opportunity for Workers with Disabilities
- 52.222-50, Combating Trafficking Persons
- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
- 52.225-13, Restrictions on Certain Foreign Purchases
- 52.232-33, Payment by Electronic Funds Transfer--System for Award Management
- 252.232-7006, Wide Area Work Flow Payment Instructions
The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at https://www.acquisition.gov.
The following provisions and clauses are hereby included by full text or by reference as prescribed:
- 52.204-7, System or Award Management
- 52.247-34, F.O.B Destination
ATTACHMENTS
Attachment 1 – Chemical Specifications
Attachment 2 – Sample Delivery Statement