This 2nd amendment is to clarify some of the answers in the Question/Answer document (Question/Answer revised).
This amendment is to answer questions received (see attachment) and to extend the deadline until September 9, 2025- 4pm EST.
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items, FAR Part 13.5, Simplified Procedures for Certain Commercial Items and as supplemented with additional information included in this notice. This solicitation will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number: 2025-05. Effective Date: 08/07/2025.
This solicitation is issued as a request for quotation (RFQ). The solicitation number is W91ZLK-25-Q-BF01. It is the Government's intent to award a firm-fixed-price purchase order. This requirement is being solicited as Small Business represented by NAICS Code 811122. This requirement will be awarded as a Firm-Fixed Price type contract to the Lowest Priced Technically Acceptable (LPTA) offeror. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses https://acquisition.gov/far/index.html and http://www.acq.osd.mil/dpap/sitemap.html
The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) requires Ballistic Film for Bldg 4401. Specific Requirements are defined in the attached Statement of Work (SOW). The Contractor shall specify estimated delivery date, unit prices, and any commercial warranties with quote submissions. Quotes shall specifically address each requirement listed in this document. Partial quotes will NOT be evaluated by the Government.
This award is set-aside 100% for small business.
SITE VISIT: A site visit is scheduled for Thursday, September 4, at 9am EST. If you plan to attend the site visit, please submit your name and contact information to Ms. Toni Foster at toni.m.foster.civ@army.mil NLT 3 September, COB.
Please meet me in front of 6472 Integrity Court, Building 4401, 1st Floor, Aberdeen Proving Ground (APG) 21005. No more than two (2) representatives per company shall be allowed on the site visit. It is the Offerors responsibility to plan to arrive early enough to process through the APG Visitor Center and arrive at Bldg 4401 NL T 8:45am EST. All Visitors (NON-ID Card Holders) and commercial traffic must obtain a Visitor's Pass to gain access to APG-North Visitor Control Center via Maryland Blvd (Rt. 715) Gate. For more information, please visit https://home.army.mil/apg/about/visitor-information.
It is highly recommended that the Offeror should visit the site and take such steps as may be necessary to ascertain the nature and location of the work and the general and local conditions that may affect the work or cost thereof. The site visit is not mandatory although highly encouraged and failure to attend will not disqualify the Offeror from competition. Failure to attend will not relieve the Offeror from the responsibility for properly estimating the difficulty or cost of successfully performing the work.
All Items WITHOUT EXCEPTION must be new and manufacturer's warranty information must be included. All submissions must be BAA Compliant and clearly annotated on the quotation.
See ATTACHED Statement of Work
Delivery and Installation will be made FOB Destination to: 6472 Integrity Court, Building 4401, 1st Floor, Aberdeen Proving Ground (APG) 21005
Award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. The non-cost factors are the technical requirements, in accordance with the specifications and description attached.
The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offer. The technical evaluation will be a determination based upon information provided by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make the award without discussion.
Quotations and Attachments must be sent via email at:
Attention Toni Foster toni.m.foster.civ@army.mi NLT Monday, 8 September 2025 at 4:00 PM ET. Late submissions will not be evaluated. All quotations from responsible sources will be fully considered.
Contractors who are not registered in the System for Award Management (SAM) database prior to the award will not be considered. Contractors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov or through the Federal Service Desk at http://www.FSD.gov.
QUESTIONS: For questions concerning this Request for Quotation contact Toni Foster via email at toni.m.foster.civ@army.mil. Please provide any questions NLT Thursday, Sept 5, 2025 by 4:00 PM ET. NO TELEPHONE REQUESTS WILL BE HONORED.
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://www.acquistion.gov
The following clauses and provisions are incorporated by reference:
52.202-1 Definitions
52.203-3 Gratuities
52.204-13 System for Award Management Maintenance
52.204-27 Prohibition on a ByteDance Covered Application
52.211-17 Delivery of Excess Quantities
52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
52.222-50 Combating Trafficking in Persons
52.232-39 Unenforceability of Unauthorized Obligations
52.233-1 Disputes
52.243-1 Changes--Fixed Price
52.246-16 Responsibility For Supplies
52.247-34 F.O.B. Destination
52.249-8 Default (Fixed-Price Supply & Service)
52.252-2 CLAUSES INCORPORATED BY REFERENCE
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control Of Government Personnel Work Product
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION
252.219-7011 Notification to Delay Performance
252.225-7001 Buy American and Balance of Payments Program
252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies
252.225-7013 – Duty Free Entry
252.225-7015 Restriction on Acquisition of Hand Or Measuring Tools
252.225-7021 Trade Agreements--Basic
252.225-7048 Export-Controlled Items
252.227-7015 Technical Data--Commercial Products and Commercial Services
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
252.232-7010 Levies on Contract Payments
252.239-7001 Information Assurance Contractor Training and Certification
252.243-7001 Pricing Of Contract Modifications
252.247-7023 Transportation of Supplies by Sea
EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX