Closed Solicitation · DEPT OF DEFENSE

    W519TC-25-Q-POWD BLACK POWDER CLASS 3 AND 6, MIL-DTL-223D

    Sol. W519TC-25-Q-POWDCombined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)ROCK ISLAND, IL
    Closed
    STATUS
    Closed
    closed Apr 8, 2025
    POSTED
    Mar 5, 2025
    Publication date
    NAICS CODE
    325920
    Primary industry classification
    PSC CODE
    1376
    Product & service classification

    AI Summary

    The Department of Defense is soliciting quotes for Black Powder Class 3 and Class 6 in accordance with MIL-DTL-223D under solicitation number W519TC25QPOWD. This combined synopsis/solicitation is set aside for small businesses, with a NAICS code of 325920. Offerors must be registered in the SAM database and are required to submit proposals based on the provided pricing matrix and attachments. The contract will be awarded as a Firm Fixed Price contract, with performance at a specified location in Crane, IN.

    Contract details

    Solicitation No.
    W519TC-25-Q-POWD
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    March 5, 2025
    Response Deadline
    April 8, 2025
    NAICS Code
    325920AI guide
    PSC / Class Code
    1376
    Contract Code
    2100
    Issuing Office
    W6QK ACC-RI
    Primary Contact
    Dustin Sexton
    State
    IL
    ZIP Code
    61299-0000

    Description

    This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested, and a formal solicitation will NOT be issued.

    This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC25QPOWD for Black Powder Class 3 and Class 6 IAW MIL-DTL-223D.

    The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-003. As a result of the updated Federal Acquisition Circular, a new clause, 52.204-27 Prohibition on a Byte Dance Covered Application (JUN 2023), has been incorporated into this solicitation and falls under 52.212-5.

    The NAICS code for this procurement is 325920 Explosives Manufacturing. The small business size standard for this NAICS is 750. The Product Service Code is 1376 Bulk Explosives.

    Offerors must be registered within the System for Award Management (SAM) database at time of response to this solicitation. The website for SAM is https://www.sam.gov/.

    ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL

    Description:

    Please see attachment 0002 – Pricing Matrix for CLIN structure.

    **See Attachment 0001 – Purchase Description , 26FEB2025,  Attachment 0005- RFQ Questionnaire – 26FEB2025, and Attachment 0008 – MIL-DTL-223D, 24FEB2025.

    TYPE OF ACQUISITION AND CONTRACT

    Award will be made using best value, resulting in a single award Firm Fixed Price Contract.

    PLACE OF PERFORMANCE

    Performance will be FOB Destination at the following:

    300 Highway 361

    Crane IN 47522

    B3608

    PROPOSAL SUBMISSION REQUIREMENTS

    Offerors shall submit the following in response to this solicitation:

    Price – Offerors must submit Completed Price Matrix at Attachment 0002. All sections shall be completed. Prices shall be stated to 2 decimal places.

    Completed Provision at Attachment 0003 – FAR 52.204-24, paragraph (d)(1) and (d)(2).

    Completed Provision at Attachment 0004 – FAR 52.212-3 Alt 1, paragraph (b) only.

    Completed Responses to the Questions provided in the RFQ Questionnaire in Attachment 0005.

    PART ONE: EVALUATION FACTOR 1 – TECHNICAL

    Quoters shall submit responses to the Responses to the RFQ Questionnaire provided at Attachment 0005 that correspond to this solicitation.

    Do not include specific (individuals’) names of Government and/or Contractor personnel.

    Do not include price/rates.

    PART TWO: EVALUATION FACTOR 2 – PRICE

    Quoters shall adhere to the Instructions on the Government provided Price Matrix

    (Attachment 0002) and fully complete ALL required fields.

    BASIS FOR AWARD

    The Government will award one (1) Award to the offeror whose offer provides the best value to the Government using a Lowest Price Technically Acceptable (LPTA) approach.

    1. This order will be awarded based on technical acceptability and price.

    2. The basis for technical acceptance is whether all the requested items are provided in the quote presented by the offeror. The items presented should match the technical specifications and not to exceed quantity.

    3. Following, the determination of technical acceptance, the lowest price of the technically acceptable quotes will receive the award.

    4. In accordance with Far 52.212-1(g), quotations are intended to be evaluated and the award made, without discussions, unless discussions are determined necessary.

    5. Total Price is calculated as the sum of all CLINs added together.

    6. The Government reserves the right to award based on the contractor’s location.

    EVALUATION CRITERIA

    The Government will evaluate Quotations as follows:

    FACTOR 1: TECHNICAL:

    The Government will evaluate Factor 1, Technical, using the following criteria:

    Demonstration of a clear understanding of the requirements and deliverables, and on the Offeror’s expressed ability to successfully perform. The offerors will be evaluated based on responses to three criteria: Technical Expertise/ Experience, Project Team, and Technical Approach.

    If the Quotation sufficiently addresses the RFQ Questionnaire and demonstrates a clear understanding and ability to perform the requirement, then the Government will accept without further explanation that the contractor can perform all PD requirements. The Quoter may discuss non-critical requirements. However, if the Quoter provides statements which cause the Government to question the Quoter’s ability to perform those non-critical requirements, such statements will be evaluated accordingly.

    Technical will be rated using the following standards in Table 1:

    Technical Ratings

    Description

    Outstanding

    This rating is only available to those that have attended the site visit in addition to the following: Quotation indicates an exceptional approach and understanding of the requirements and contains multiple strengths. Established team has an extensive background in explosive contaminated facility remediation to include utilizing remote operated waterjet segmentation. Quotation includes detailed previous project experience in the major contract requirements. Quote includes a well thought-out proposed technical approach to each of the project’s phases.

    Good

    Quotation meets requirements and indicates a thorough level of expertise and an understanding of the requirements. Established team has background in explosive contaminated facility remediation and previous experience in the major contract requirements including remote operated waterjet segmentation. Quote includes a solid technical approach. Strengths outweigh any weaknesses. Risk of unsuccessful performance is low.

    Acceptable

    Quotation meets requirements and indicates an adequate level of expertise and an understanding of the requirements. Established team has an extensive background in hazardous facility remediation and the major contract requirements including explosives familiarity, although little to no experience in remote operated explosive contaminated facility remediation specifically. Proposed technical approach is adequately addressed, but not specific. Strengths and Weaknesses are offsetting or will have little or no impact on task order performance. Risk of unsuccessful performance is moderate.

    Marginal

    Quotation does not demonstrate an adequate approach and understanding of the requirements. Established team has very limited background in explosive facility contamination remediation and the major contract requirements. Proposed technical approach is flawed or is too vague for Government to determine acceptability. Risk of unsuccessful performance is high.

    Unacceptable

    Quotation does not meet requirements and contains one or more deficiencies. Appropriate team has not been established, or established team does not have sufficient experience to complete the project tasks without significant government oversight. Risk of unsuccessful performance is high. If this criterion is rated as Unacceptable, additional factors will not be evaluated and the Quotation is not eligible for award.

    Definitions

    Strength

    Strength is defined as a particular aspect of the Quoter’s submission that has merit or exceeds specified performance capability requirements in a way that will be advantageous to the Government during task order performance.

    Weakness

    Weakness is defined as any flaw in the Quotation that increases the risk of unsuccessful task order performance. Deficiency is defined as any material failure of a Quotation to meet a Government requirement or a combination of weaknesses in a Quotation that increases the risk of unsuccessful task order performance to an unacceptable level.

    FACTOR 2:

    PRICE

    The Government will evaluate Factor 2 – Price, for the following:

    Compliance: Quotations will be evaluated for compliance based upon the submission requirements contained in the solicitation.

    Price Reasonableness: The Quoter’s Price Quotation will be evaluated to determine reasonableness. In accordance with FAR 31.201-3, a price is reasonable if, in its nature and amount, does not exceed that which would be incurred by a prudent person in conduct of competitive business.

    Total Price is calculated as the sum of all CLINs added together

    LISTING OF ATTACHMENTS

    Attachment 0001 - PD 26FEB2025

    Attachment 0002 - Pricing Matrix

    Attachment 0003 - FAR 52.204-24 Provision

    Attachment 0004 - FAR 52.212-3 Alt 1 provision

    Attachment 0005 - RFQ Questionnaire

    Attachment 0006 - Provisions and Clauses

    Attachment 0007 – Certified Test Result for Procurement

    Attachment 0008 – MIL-DTL-223D Black Powder

    DEADLINE FOR SUBMISSION

    Offers are due on 08 April 2025 no later than 12:30 PM Central Time.

    Offers shall be submitted in the following way:

    Electronically via email to the Contract Specialist, Dustin Sexton, dustin.p.sexton.civ@army.mil and Contracting Officer, Bryce Willett, Bryce.t.willett.civ@army.mil. Offerors shall include “W519TC25QPOWD Response – [InsertOfferor’s Name]” within the Subject line.

    QUESTIONS

    Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer listed above.

    **Note: Interested offerors must submit any questions concerning this solicitation no later than 20 March 2025, to enable the Buyer to respond. Questions not received prior to 20 March 2025 will not be considered. If needed, a final amendment will be submitted by 27 March 2025.

    End of Addendum 52.212-1

    Key dates

    1. March 5, 2025Posted Date
    2. April 8, 2025Proposals / Responses Due

    Frequently asked questions

    W519TC-25-Q-POWD BLACK POWDER CLASS 3 AND 6, MIL-DTL-223D 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.