Closed Solicitation · DEPT OF DEFENSE

    DUPLEX CORROSION RESISTANT STEEL

    Sol. N68335-25-R-0509Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)LAKEHURST, NJ
    Closed
    STATUS
    Closed
    closed Aug 12, 2025
    POSTED
    Jul 29, 2025
    Publication date
    NAICS CODE
    332111
    Primary industry classification
    PSC CODE
    9510
    Product & service classification

    AI Summary

    The Department of Defense is seeking proposals for Duplex Corrosion Resistant Steel Raw Material to support the Prototype, Manufacturing, and Test Division. This is a firm-fixed-price contract opportunity, and the solicitation is open to small businesses. Proposals must comply with the specifications outlined in the attached Statement of Work.

    Contract details

    Solicitation No.
    N68335-25-R-0509
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 29, 2025
    Response Deadline
    August 12, 2025
    NAICS Code
    332111AI guide
    PSC / Class Code
    9510
    Primary Contact
    Tim Caracciolo
    State
    NJ
    ZIP Code
    08733
    AI Product/Service
    product

    Description

    I. Description of Requirement

    This procurement is for Duplex Corrosion Resistant Steel Raw Material in support of the Prototype, Manufacturing, and Test Division (PMTD). Please see the attached SOW for the following:

    • Line Items, Quantities, and Unit of Measure
    • Inspection and Acceptance
    • Packaging, Preservation and Shipping

    The resultant contract will be a firm-fixed-price contract.

    II. Solicitation Instructions.  (i) 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.  (ii) This solicitation is issued as a Request for Proposal (RFP) in accordance with FAR Part 12 & FAR Subpart 13.5 under solicitation number N68335-24-R-0176.  (iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01.  (iv) This will be Small Business Set-Aside.  The associated North American Industrial Classification System (NAICS) code for this procurement is 332111 with a size standard of 750 in number of employees.  The Product Service Code is 9510.  (v) See attached Statement of Work (SOW) for the list of line items, quantities and units of measure.  (vi) The description of the requirements for the items to be acquired are provided in the description above and the attached SOW.  (vii) See attached SOW for Date(s) and place(s) of delivery and acceptance.  FOB point is destination.  Any applicable shipping costs shall be factored into the unit price(s) of each item.  Do not include a separate line item for shipping charges.  (viii) FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services, is incorporated.  (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is incorporated.  (x) This solicitation is open to small businesses.

    (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:

    Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price.  The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Description; and, 2) Price.

    1. Technical Description: The Government will evaluate whether the quoter has included a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, including the attached SOW.  Quotations that do not include a technical description of the items being offered or do not include a technical description of the items being offered in sufficient detail to evaluation compliance with the requirements in the solicitation, including the attached SOW will not be considered for award.

    a.) Proposals that do not conform with the material specification outlined in the SOW will be deemed technically unacceptable.

    b.) Proposals that do not conform with designated testing requirements outlined in the SOW will be deemed technically unacceptable.

    c.) Proposals that do not conform with designated inspection requirements outlined in the SOW will be deemed technically unacceptable.

    d.) Proposals that do not conform with the Buy American Act will be deemed unacceptable.

    2. Price: The Government will evaluate price for reasonableness.

    (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or a statement that its Representations and Certifications was completed in the System for Award Management (SAM).

     (xi)  FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. (xii)  FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items is incorporated in this contract by full text; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii)  Additional clauses and provisions and requirements:

    FAR 52.204-7: System for Award Management

    FAR 52.204-13: System for Award Management Maintenance

    FAR 52.204-16: Commercial and Government Entity Code Maintenance

    FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems

    FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

    FAR 52.204-27: Prohibition on a ByteDance Covered Application

    FAR 52.219-6: Notice of Total Small Business Set-Aside

    FAR 52.223-5: Pollution Prevention and Right-to-Know Information

    FAR 52.225-18:  Place of Manufacture

    FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation

    FAR 52.227-1:  Authorization and Consent

    FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications.

    FAR 52.229-3: Federal, State And Local Taxes

    FAR 52.232-39: Unenforceability of Unauthorized Obligations

    FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors

    FAR 52.240-1: Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities

    FAR 52.252-2: Clauses Incorporated By Reference

    DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials

    DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights

    DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials

    DFARS 252.204-7003: Control Of Government Personnel Work Product

    DFARS 252.204-7007: Alternate A, Annual Representations and Certifications

    DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls

    DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

    DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation

    DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation

    DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

    DFARS 252.211-7003: Item Unique Identification and Valuation

    DFARS 252.211-7008: Use of Government-Assigned Serial Numbers

    DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors

    DFARS 252.217-7026: Identification of Sources of Supply

    DFARS 252.223-7008: Prohibition of Hexavalent Chromium

    DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic

    DFARS 252.225-7002: Qualifying Country Sources As Subcontractors

    DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies

    DFARS 252.225-7008: Restriction on Acquisition of Specialty Metals

    DFARS 252.225-7009: Restriction on Acquisition of Certain Articles Containing Specialty Metals

    DFARS 252.225-7012: Preference For Certain Domestic Commodities

    DFARS 252.225-7013: Duty-Free Entry—Basic

    DFARS 252.225-7015: Restriction on Acquisition of Hand or Measuring Tools

    DFARS 252.225-7048: Export-Controlled Items

    DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

    DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports

    DFARS 252.232-7006:  Wide Area Workflow Payment Instructions

    DFARS 252.232-7010: Levies on Contract Payments

    DFARS 252.243-7001: Pricing Of Contract Modifications

    DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services

    RESONSIBILITY DETERMINATION

    Sellers certify that they can meet the following requirements as part of the Government’s responsibility determination and can provide justification/substantiation if requested: The vendor does have adequate resources to perform the contract, or the ability to obtain them (see FAR 9.104-3(a)); the vendor does have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors).  (See FAR 9.104-3(a)); the vendor does have the necessary production and technical equipment and facilities, or the ability to obtain them (see FAR 9.104-3(a)); and, the vendor is able, to comply with the required or proposed performance schedule, taking into consideration all existing commercial and governmental business commitments.

    Additional requirements: Quotes are due by 11:00am EDT, 12 August 2025 to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil.  Please see attachments for the SOW.  All proposals shall meet ALL requirements as outlined in the attached SOW.  Proposals shall include price, be “FOB: Destination”, with inspection and acceptance at “destination.”  Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors.  The Government will accept only electronic proposals.

    Key dates

    1. July 29, 2025Posted Date
    2. August 12, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    DUPLEX CORROSION RESISTANT STEEL is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.