govindex
Log in Sign up
Contract Record
Notice ID: 3206b17b17324492a85d093e923fb3f1
Combined Synopsis/Solicitation Posted 2026-03-02 15:50:15.25+00 Due 2026-03-06 17:00:00+00

270 Boston Gear Items

Agency
DEPT OF DEFENSE
Notice ID
3206b17b17324492a85d093e923fb3f1
Type
Combined Synopsis/Solicitation
Posted
2026-03-02 15:50:15.25+00
Award Amount
--
Description
Combined Synopsis/Solicitation 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 W911N226QA030 is issued as a request for quotation (RFQ) for 270 Boston Gear Items. 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. The Product Service Code (PSC) assigned to this acquisition is 5340 - Hardware, Commercial. The North American Industry Classification System (NAICS) code for this acquisition is 336310 - Motor Vehicle Gasoline Engine and Engine Parts Manufacturing. This procurement will utilize the solicitation procedures at FAR 12.201-1(c)(1). This announcement combines the presolicitation notice and the RFQ according to 12.202(b). The anticipated award date of this requirement is 13 March 2026. CLIN 0001 Description: INPUT RETAINER OPEN END P/N: B00355:6LCP7 Quantity: 54 Unit of Measure: EA CLIN 0002 Description: INPUT RETAINER CLOSED END P/N: B00356:6LCP7 Quantity: 54 Unit of Measure: EA CLIN 0003 Description: OUTPUT CARRIER P/N: B00360:6LCP7 Quantity: 108 Unit of Measure: EA CLIN 0004 Description:TORQUE ARM P/N: B00361:6LCP7 Quantity: 54 Unit of Measure: EA See attached Brand Name Justification and Approval (J&A) and Combined Synopsis/ Solicitation Document Delivery & Acceptance Location: W0L6 USA DEP LETTERKENY LETTERKENNY ARMY DEPOT, 1 OVERCASH AVENUE BLDG 9950 CHAMBERSBURG, PA 17201-4150 UNITED STATES DoDAAC: W25G1Q Lead Time: Please provide Lead Time F.O.B. Point: Destination Solicitation Provisions: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7 System for Award Management—Registration 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services 52.240-90 Security Prohibitions and Exclusions Representations and Certifications 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7024 Notice on the Use of the Supplier Performance Risk System 252.209-7021 Prohibition Relating to Conflicts of Interest in Consulting Services—Certification 252.215-7008 Only One Offer 252.215-7010 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data 252.215-7016 Notification to Offerors—Postaward Debriefings 252.219-7000 Advancing Small Business Growth 252.225-7000 Buy American—Balance of Payments Program Certificate 252.225-7020 Trade Agreements Certificate 252.225-7031 Secondary Arab Boycott of Israel 252.225-7035 Buy American—Free Trade Agreements—Balance of Payments Program Certificate 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.225-7055 Representation Regarding Business Operations with the Maduro Regime 52.212-2 Evaluation—Commercial Products and Commercial Services (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: Comparative Analysis: Price (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) Contract Clauses: 52.203-3 Gratuities 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-13 System for Award Management—Maintenance 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Terms and Conditions—Commercial Products and Commercial Services 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor—Cooperation with Authorities and Remedies 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-23 Sustainable Products and Services 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer—System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.240-91 Security Prohibitions and Exclusions 52.240-93 Basic Safeguarding of Covered Contractor Information Systems 52.244-6 Subcontracts for Commercial Products and Commercial Services 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7020 DoD Assessment Requirements 252.204-7021 Cybersecurity Maturity Model Certification Requirements 252.204-7022 Expediting Contract Closeout 252.204-7023 Reporting Requirements for Contracted Services 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.216-7010 Postaward Debriefings for Task Orders and Delivery Orders 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7021 Trade Agreements 252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.227-7015 Technical Data–Commercial Products and Commercial Services 252.227-7037 Validation of Restrictive Markings on Technical Data 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.237-7019 Training for Contractor Personnel Interacting with Detainees 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Products and Commercial Services 252.247-7023 Transportation of Supplies by Sea 252.247-7028 Application for U.S. Government Shipping Documentation/Instructions Receipt of quote shall be provided no later than 06 March 2026 at 1200 Eastern Time via email to the Contract Specialist Megan Smith at megan.m.smith110.civ@army.mil and Contracting Officer Bobie Burkett at bobie.j.burkett.civ@army.mil. All responsible sources may submit a quotation which will be considered by the agency.

Basic Information

Notice ID
3206b17b17324492a85d093e923fb3f1
Solicitation #
W911N226AQ030
Type
Combined Synopsis/Solicitation
Base Type
Combined Synopsis/Solicitation
Posted Date
2026-03-02 15:50:15.25+00
Response Due
2026-03-06 17:00:00+00
Archive Date
2026-03-21 00:00:00+00
Archive Type
auto15
Active
Yes

Agency

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK LAD CONTR OFF
CGAC
021
FPDS Code
2100
AAC Code
W911N2

Award

Awardee
--
Award Amount
--
Award Number
--
Award Date
--

Classification

NAICS Code
336310
Classification Code
5340
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Set-Aside Code
SBA

Place of Performance

Street
--
City
--
State
PA
ZIP
17201
Country
USA

Organization

Type
OFFICE
City
CHAMBERSBURG
State
PA
ZIP
17201-4150
Country
USA