167th AW Repair Garage Doors Base Wide
Agency: Department of the Army
Location: West Virginia
NAICS: 236220
| Agency | Central Office |
|---|---|
| Deadline | 05/13/26 |
| Posted | 05/07/26 |
| Estimated Value | $50,000 - $150,000 (AI estimate) |
| Set Aside | SBA |
| NAICS | 334417 - Electronic Connector Manufacturing |
| PSC | 5935 - Connectors, Electrical |
| Location | Bruceton Mills, WV 26525 United States |
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number RP 1031780691 is issued as an RFQ, for Case Connector Casting This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
BRUCETON MILLS, WV 26525
July 1, 2026
Please see attached drawings and mil-spec UNICOR Part # BSE0100 D,A3018228-1,5895012250518 VERIFIED-PER-DRAWING
BSE0100 DESCRIPTION: BASE
DWG#A3018228-1
DWG#A3018228-REV-H Quantity: 2,500 (ea)
Must meet mil-spec requirements and adhere to the provided drawings. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. Provisions: 52.212-1(DEVIATION) Instructions to Offerors Commercial Products and Commercial Services. As prescribed in 12.205(a)(1), insert a clause substantially as follows: Instructions to Offerors Commercial Products and Commercial Services (Deviation Date) (a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include (1) The solicitation number; (2) The name, address, telephone number of the Offeror; (3) The Offeror's Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; (4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation; (5) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and (6) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2) Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4) Offerors may withdraw their offers by written notice to the Government received at any time before award. (d) Contract award (not applicable to Invitation for Bids). 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. However, the Government reserves the right to conduct discussions, if 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. (e) Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed Offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award. (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. (End of provision) 52.212-2 (DEVIATION) Evaluation Commercial Products and Commercial Services. As prescribed in 12.205(a)(2), insert a provision substantially as follows: Evaluation Commercial Products and Commercial Services (Deviation Date) (a) Evaluation factors. 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 will be used to evaluate offers: Past performance and technical factors are significantly more important than price. The following factors will be combined to make up the "technical factors" in the preceding sentence: - adherence to the Statement of Work The following past performance factors will be combined to make up the overall past performance evaluation: a) quality of item or service supplied, b) on-time delivery, c) adherence to shipping instructions, d) performed within the last three (3) years Ratings on Technical will be as follows:
Comprehensive, operationally sound, minimal risk
Adequate approach, minor risk
Significant gaps or moderate to high risk - Unacceptable: Fails to demonstrate capability; cannot perform successfully Ratings on Past Performance will be as follows:
Excellent past performance on similar work - Satisfactory Confidence Acceptable performance with minor issues
Marginal performance; moderate risk
Poor or insufficient information Price will be based on Lowest to Highest but may be traded off against a higher Technical/Past Performance. (b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s). (c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation. As prescribed in 29.402-3(a), insert the following provision: Tax on Certain Foreign Procurements Notice and Representation (Date) (a) Definitions. As used in this provision Foreign person means any person other than a United States person. Specified Federal procurement payment means any payment made pursuant to a contract with a foreign contracting party that is for goods, manufactured or produced, or services provided in a foreign country that is not a party to an international procurement agreement with the United States. For purposes of the prior sentence, a foreign country does not include an outlying area of the United States. United States person as defined in 26 U.S.C. 7701(a)(30) means (1) A citizen or resident of the United States; (2) A domestic partnership; (3) A domestic corporation; (4) Any estate (other than a foreign estate, within the meaning of 26 U.S.C. 701(a)(31)); and (5) Any trust if (i) A court within the United States is able to exercise primary supervision over the administration of the trust; and (ii) One or more United States persons have the authority to control all substantial decisions of the trust. (b) Unless exempted, there is a 2 percent tax of the amount of a specified Federal procurement payment on any foreign person receiving such payment. See 26 U.S.C. 5000C and its implementing regulations at 26 CFR 1.5000C-1 through 1.5000C-7. (c) Exemptions from withholding under this provision are described at 26 CFR 1.5000C-1(d)(5) through (7). The Offeror may claim an exemption from the withholding by using the Department of the Treasury Internal Revenue Service (IRS) Form W-14, Certificate of Foreign Contracting Party Receiving Federal Procurement Payments, available at www.irs.gov/w14. Any exemption claimed and self-certified on the IRS Form W-14 is subject to audit by the IRS. Any disputes regarding the imposition and collection of the 26 U.S.C. 5000C tax are adjudicated by the IRS as the 26 U.S.C. 5000C tax is a tax matter, not a contract issue. The IRS Form W-14 is provided to the acquiring agency rather than to the IRS. (d) For purposes of withholding under 26 U.S.C. 5000C, the Offeror represents that (1) It is is not a foreign person; and (2) If the Offeror indicates "is" in paragraph (d)(1) of this provision, then the Offeror represents that I am claiming on the IRS Form W-14 a full exemption, or partial or no exemption [Offeror must select one] from the excise tax. (e) If the Offeror represents it is a foreign person in paragraph (d)(1) of this provision, then (1) The clause at FAR 52.229-12, Tax on Certain Foreign Procurements, will be included in any resulting contract; and (2) The Offeror shall submit with its offer the IRS Form W-14. If the IRS Form W-14 is not submitted with the offer, exemptions will not be applied to any resulting contract and the Government will withhold a full 2 percent of each payment. (f) If the Offeror selects "is" in paragraph (d)(1) and "partial or no exemption" in paragraph (d)(2) of this provision, the Offeror will be subject to withholding in accordance with the clause at FAR 52.229-12, Tax on Certain Foreign Procurements, in any resulting contract. (g) A taxpayer may, for a fee, seek advice from the IRS as to the proper tax treatment of a transaction. This is called a private letter ruling. Also, the IRS may publish a revenue ruling, which is an official interpretation by the IRS of the Internal Revenue Code, related statutes, tax treaties, and regulations. A revenue ruling is the conclusion of the IRS on how the law is applied to a specific set of facts. For questions relating to the interpretation of the IRS regulations go to https://www.irs.gov/help/tax-law-questions. (End of provision) 52.203-11 (DEVIATION, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. 52.204-7(DEVIATION), System for Award Management Registration. 52.217-5(DEVIATION), Evaluation of Options. 52.219-5 (DEVIATION), Equal Low Bids 52.222-18 (DEVIATION), Certification Regarding Knowledge of Child Labor for Listed End Products 52.222-56 (DEVIATION), Certification Regarding Trafficking in Persons Compliance Plan 52.223-4 (DEVIATON), Recovered Material Certification 52.240-90 (DEVIATION) Security Prohibitions Exclusions Representations and Certifications Clauses: 52.212-4 (DEVIATION) Terms and Conditions Commercial Products and Commercial Services. 52.203-12 (DEVIATION) Limitation on Payments to Influence Certain Federal Transactions. Statute 52.203-13 (DEVIATION)
Statute 52.203-17 (DEVIATION)
Statute 52.203-19 (DEVIATION) Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Statute 52.204-9 (DEVIATION)
Other 52.204-13 (DEVIATION)
Statute 52.204-91 (DEVIATION) Contractor identification Other 52.209-6 (DEVIATION) Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Statute 52.209-9 (DEVIATION)
Statute 52.209-10 (DEVIATION)
Statute 52.219-6 (DEVIATION)
Statute 52.219-8 (DEVIATION)
Statute 52.219-9 (DEVIATION)
Statute 52.219-14 (DEVIATION)
Statute 52.222-3 (DEVIATION)
EO 52.222-19 (DEVIATION)
EO 52.222-35 (DEVIATION)
Statute 52.222-36 (DEVIATION)
Statute 52.222-37 (DEVIATION)
Statute 52.222-40 (DEVIATION) Notification of Employee Rights Under the National Labor Relations Act EO 52.222-41 (DEVIATION)
Statute 52.222-42 (DEVIATION)
Statute 52.222-43 (DEVIATION) Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) Statute 52.222-44 (DEVIATION) Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment Statute 52.222-50 (DEVIATION)
Statute 52.222-51 (DEVIATION) Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements Other 52.222-53 (DEVIATION) Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements Other 52.222-54 (DEVIATION)
EO 52.222-62 (DEVIATION)
EO 52.222-90 (DEVIATION)
E.O. 52.223-9 (DEVIATION) Estimate of Percentage of Recovered Material Content for EPA-Designated Items Statute 52.223-11 (DEVIATION)
Statute 52.223-12 (DEVIATION) Maintenance Statute 52.223-20 (DEVIATION) Aerosols Statute 52.223-21 (DEVIATION) Foams Statute 52.223-23 (DEVIATION)
Statute 52.224-3 (DEVIATION)
Statute 52.225-1 (DEVIATION)
Statute 52.225-3 (DEVIATION)
Statute 52.225-5 (DEVIATION)
Statute 52.225-26 (DEVIATION) Contractors Performing Private Security Functions Outside the United States Statute 52.226-4 (DEVIATION)
Statute 52.226-5 (DEVIATION)
Statute 52.226-8 (DEVIATION) Encouraging Contractor Policies to Ban Text Messaging While Driving EO 52.229-12 (DEVIATION)
Statute 52.232-29 (DEVIATION) Terms for Financing of Commercial Products and Commercial Services Statute 52.232-30 (DEVIATION)
Statute 52.232-33 (DEVIATION) Payment by Electronic Funds Transfer System for Award Management Statute 52.232-36 (DEVIATION)
Statute 52.232-40 (DEVIATION)
Statute 52.232-9X (DEVIATION) 52.232-9X, Fast Payment Procedure Statute 52.233-3 (DEVIATION)
Statute 52.233-4 (DEVIATION)
Statute 52.240-91 (DEVIATION)
Statute 52.240-92 (DEVIATION)
Other 52.240-93 (DEVIATION)
Statute 52.244-6 (DEVIATION)
Statute 52.247-64 (DEVIATION) Preference for Privately Owned U.S.-Flag Commercial Vessels Statute
| Contact name | Aaron Mitchell |
|---|---|
| Contact email | aaron.mitchell2@usdoj.gov |
| Contact phone | None |
Agency: Department of the Army
Location: West Virginia
NAICS: 236220
Agency: Fish and Wildlife Service
Location: West Virginia
NAICS: 238320
Agency: Agricultural Research Service
Location: West Virginia
NAICS: 237110
Agency: West Virginia Division of Health [WV]
Location: West Virginia
NAICS: Not Provided