COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
1. Class Code: 96
2. NAICS Code: 331110
3. Subject: Combination Synopsis/Solicitation for GRX-810 Powder
4. Solicitation Number: W911QX-25-Q-A057
5. Set-Aside Code: Total 100% Small Business Set-Aside (SBSA)
6. Response Date: Five (5) Business Days After Posting Date
7. Place of Delivery/Performance:
United States (U.S.) Army Research Laboratory (ARL)
Aberdeen Proving Ground (APG), MD 21005
8.
(i) This 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; proposals are being requested and a written solicitation will not be issued.
NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:
THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.
(ii) The solicitation number is W911QX-25-Q-A057. This acquisition is issued as a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 (Effective August 7, 2025).
(iv) The associated NAICS code is 331110. The small business size standard is 1,500 employees.
(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
Contract Line Item Number (CLIN) 0001: Minimum Quantity 200 kilograms (kg) of GRX-810 metal powder, including all shipping and handling charges.
(vi) Description of requirements: See attached Salient Characteristics document for detailed description of the Government’s requirements.
(vii) Delivery is required by October 31, 2025. Delivery shall be made to the United States Army Research Laboratory, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at the United States Army Research Laboratory, Aberdeen Proving Ground, MD 21005. The FOB point is Destination.
(viii) The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, applies to this acquisition. The following addenda have been attached to this provision: None.
(ix) The provision at FAR 52.212-2, Evaluation - Commercial Products and Commercial Services is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:
In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):
Price
Technical Capabilities/Specification
Past Performance
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Mar 2025) (Deviation 2025-O0003) (with its Alternate I), with its offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services, applies to this acquisition. The following addenda have been attached to this clause. None.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Mar 2025) (Deviation 2025-O0003) and the selected clauses listed in DFARS 212.301 Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
FAR:
52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUN 2020)
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023)
52.204-25, PROHIBITION OF CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023)
52.209-6, PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (jan 2025)
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
52.219-6, Notice of Total Small Business Set-Aside (nov 2020)
52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (jan 2025)
52.222-3, CONVICT LABOR (JUN 2003)
52.222-19, Child Labor—Cooperation with Authorities and Remedies (jan 2025)
52.222-50, Combating Trafficking in Persons (NOV 2021)
52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021)
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)
52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)
52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023)
52.233-3, Protest after Award (AUG 1996)
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
52.240-1, PROHIBITION ON UNMANNED AIRCRAFT SYSTEMS MANUFACTURED OR ASSEMBLED BY AMERICAN SECURITY DRONE ACT—COVERED FOREIGN ENTITIES (NOV 2024)
DFARS:
252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC 2022)
252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022)
252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)
252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (MAY 2021)
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)
252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JAN 2023)
252.225-7000, BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (FEB 2024)
252.225-7001, Buy American and Balance of Payments Program--Basic (FEB 2024)
252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018)
252.225-7012, Preference for Certain Domestic Commodities (APR 2022)
252.225-7031, Secondary Arab Boycott of Israel (JUN 2005)
252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)
252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation (JUN 2023)
252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023)
252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.244-7000, Subcontracts for Commercial Products or Commercial Services (NOV 2023)
252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA--BASIC (oct 2024)
(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
FAR/DFARS Clauses:
52.204-7, SYSTEM FOR AWARD MANAGEMENT (noV 2024)
52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-17, Ownership or Control of Offeror (AUG 2020)
52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-19, INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
52.204-20, PREDECESSOR OF OFFEROR (AUG 2020)
52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES- REPRESENTATION (OCT 2020)
52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (JUN 2020)
52.232-18, AVAILABILITY OF FUNDS (APR 1984)
52.232-39, UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
52.247-34, F.O.B. DESTINATION (jan 1991)
52.252-5, Authorized Deviations in Provisions (NOV 2020)
252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016)
252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
252.204-7024, Notice on the Use of the Supplier Performance Risk System (MAR 2023)
252.225-7013, Duty-Free Entry (NOV 2023)
252.225-7048, Export-Controlled Items (jun 2013)
252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2024-O0014) (aug 2024)
252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (DEVIATION 2024-O0014) (aug 2024)
252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)
252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
FAR/DFARS FILL-IN/FULL TEXT CLAUSES:
52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)
252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)
LOCAL CLAUSES:
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOV INSPECTION AND ACCEPTANCE
TAX EXEMPTION CERT. (ARL)
RECEIVING ROOM – APG
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
AVAILABILITY OF FUNDS
DFARS COMMERCIAL CLAUSES
DUTY-FREE ENTRY
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A
(xv) The following notes apply to this announcement:
In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.
(xvi) Offers are due no later than five (5) business days after posting, by 5:00pm Eastern Time, to the following email address: benjamin.l.krein.civ@army.mil
(xvii) For information regarding this solicitation, please contact Benjamin Krein, at benjamin.l.krein.civ@army.mil