SEE ATTACHED COMBINED SOLICITATION AND SYNOPSIS FOR DESCRIPTIONS AND FAR CLAUSES.
SUBJECT: Solicitation: W91CRB-25-R-IS-B-BLZ; Request for Quote (RFQ)
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in 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.
This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Change Notice 2025-0117. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far and http://www.acq.osd.mil/dpap/dars/change_notices.html.
This solicitation is a Request for Quote (RFQ). This action is posted as a competitive 100% small-business set-aside under NAICS Code: 336413 “Other Aircraft Part and Auxiliary Equipment Manufacturing”. The size standard for the NAICS Code is 1,250 employees. Quotes must be valid for 90 days. The Product Service Codes (PSC) are: 5306- Bolts; 3120- Bearings, plain, unmounted; 4730- Hose, pipe, tube, lubrication, and railing fittings; 1620- Aircraft landing gear components; 5340- Hardware, commercial.
The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), an agency of the Government, intends to procure type ‘A’ Model Apache Spare Parts. This effort is in support of the U.S. Army Security Assistance Command (USASAC) located in New Cumberland, PA. The Government anticipates the issuance of at least one commercial, Firm Fixed Price (FFP) contracts, IAW FAR 13.106, as a result of subject solicitation. The anticipated date of award is to be determined.
The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total.
All supplies are requested to be proposed upon and specified by the vendor as seen below. The customer is willing to accept condition code New (NE) and New Surplus (NS), however, the vendor shall specify on the attached spreadsheet what the condition code is. All items must be covered by the manufacturer's warranty.
FAA Certification is required for any material that is deemed a Critical Safety item.
NOTE: A quantity less than what is required below could be accepted if that is the only amount available.
Description:
Description
NSN/PN QTY
BOLT, ROTOR CONTROLS
5306011728682
1
BEARING, PLAIN, SELF-ALIGNING
3120011656957
4
COUPLING ASSY, QUICK DISCON
4730012013314
32
BOLT, MACHINE
5306011639567
6
REDUCER BODY, TUBE
4730011780179
10
FRAME SECTION, SKIDTUBE ASSY
1620011797283
2
CONNECTOR, ROD END
5340012700706
10
The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the equipment being requested. If an alternate model is quoted, a side-by-side comparison of characteristics must be provided. If this information is not provided, quotes will be considered nonresponsive and ineligible for award.
Delivery: Vendor will NOT be responsible for shipping the equipment. Specific information required for packaging preparation will be provided on the contract.
Other Information/Requirements:
- It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY, but is not obligated to, consider an Offer that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements may result in the Offeror being deemed non-responsive to the solicitation.
- No shipping costs are to be included in the quote. Vendor will not be required to ship the goods.
- All responsible sources may submit a quote which will be considered by the Contracting Officer. The offeror must be registered in the System for Award Management (SAM) database and include the assigned CAGE Code and Unique Entity ID (UEI) with quote.
- ** Offerors SHALL include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their response. Additionally, Offerors shall provide a copy of 52.204-24 and 52.204-26 with their response. **
- The Government requires that all supplies are prepared for shipment as soon as possible. Contractors shall propose a delivery date for all items. Requests can be made to consolidate the shipment of multiple items according to the suggested delivery timeline.
- The offeror shall submit their quote using the attached spreadsheet via email to Andrea Seaman, Andrea.L.Seaman.civ@army.mil by 10:00AM – EST-U.S. Tuesday, 01 July 2025.
Contact Information:
Andrea Seaman
Contract Specialist
Army Contracting Command –Aberdeen Proving Ground (ACC-APG)
Email – Andrea.L.Seaman.civ@army.mil
BASIS FOR AWARD:
Quotes will be evaluated in accordance with FAR 13.106-2, “Evaluation of Quotations or Offers”. Award will be made based on the Lowest Priced Technically Acceptable (LPTA) evaluation approach. However, the Government has the option for a Trade Off on Lead Time vice Cost. The Government reserves the right to award without discussions. Additionally, the Contracting Officer reserves the right to make one, multiple, or no awards under this solicitation.
Price will be evaluated based upon the total proposed price for the items listed above.
To be considered technically acceptable, an offeror MUST demonstrate that they can meet the specifications provided in the solicitation. The technical element of the evaluation will be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not provided in the quote.