Combined Synopsis/Solicitation NONE Due Soon

Quantity (qty) One (12) twelve month base year and four (4) option years for Preventive Maintenance on the air-cooled chiller and scroll compressor

Solicitation Number: W911QX25QA071 Response Deadline: August 21, 2025 at 11:59 AM (6 days from now)

Description

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: J066 2. NAICS Code: 811210 3. Subject: Notice of Intent to Sole Source Quantity (qty) One (12) twelve month base year and four (4) option years for Preventive Maintenance on the air-cooled chiller and scroll compressor 4. Solicitation Number: W911QX-25-Q-A071 5. Set-Aside Code: N/A 6. Response Date: Five (5) business days after posting 7. Place of Delivery/Performance: U.S. Army Research Laboratory 6375 Johnson Road, Bldg. 321 Aberdeen Proving Ground APG, MD 21005 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.501(a). The name of the company the Government intends to award a contract to is Trane U.S. Inc., 4833 White Bear Parkway, Wgite Bear Lake, Minnesota 55110 (CAGE Code: 60532). This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-25-Q-A071. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, effective 07 August 2025. (iv) The associated NAICS code is 811210. The small business size standard is 34,000,000.00. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Quantity (qty) One (1) Ruggedized hyperspectral imaging accessories CLIN 0001: Preventive Maintenance CLIN 0002: Option Year 1 CLIN 0003: Option Year 2 CLIN 0004: Option Year 3 CLIN 0005: Option Year 4 CLIN 0006: Data Requirements (vi) Description of requirements: Not Applicable (vii) Delivery is required by 30 days after receipt of order. Delivery shall be made to Aberdeen Proving Ground, APG, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground, APG, MD 21005. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023) 52.204-25, Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26, Covered Telecommunications Equipment or Service Representation (OCT 2020) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-28, Post-Award Small Business Program Rerepresentation (MAR 2023) 52.222-19, Child Labor Cooperation with Authorities and Remedies (FEB 2024) 52.222-3, Convict Labor (JUN 2003) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-3, Protest after Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act Covered Foreign Entities (Nov 2024) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7016, Covered Defense Telecommunications Equipment or Services Representation (DEC 2019) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation (MAY 2021) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.204-7022, Expediting Contract Closeout (MAY 2021) 252.205-7000, Provision of Information to Cooperative Agreement Holders (OCT 2024) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7000, Buy American--Balance of Payments Program Certificate Basic (FEB 2024) 252.225-7001, Buy American and Balance of Payments Program Basic (FEB 2024) 252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018) 252.225-7012, Preference for Certain Domestic Commodities (APR 2022) 252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.244-7000, Subcontracts for Commercial Products or Commercial Services (NOV 2023) 252.247-7023, Transportation of Supplies by Sea Basic (JAN 2023) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR 52.204-7, System for Award Management (NOV 2024) 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17, Ownership or Control of Offeror (AUG 2020) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-20, Predecessor of Offeror (AUG 2020) 52.204-22, Alternative Line Item Proposal (JAN 2017) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.211-17, Delivery of Excess Quantities (SEP 1989) 52.219-1, Small Business Program Representations (FEB 2024) 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (JUN 2020) 52.223-23, Sustainable Products and Services (MAY 2024) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation (DEC 2016) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (JUN 2020) 52.232-1, Payments (APR 1984) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) 252.204-7024, Notice on the use of the Supplier Performance Risk System (MAR 2023) 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023) 252.225-7048, Export-Controlled Items (JUN 2013) 252.243-7001, Pricing of Contract Modifications (DEC 1991) FAR/DFARS Fill-in/Full Text Provoisions and Clauses 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26, Covered Telecommunications Equipment or Services Representation (OCT 2020) 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) 252.211-7003, Item Unique Identification and Valuation (JAN 2023) 252.232-7006, Wide Area WorkFlow Payment Instructions (JAN 2023) Adelphi Local Instructions ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM REQUIREMENT APG EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING UNDER CONTRACT PAYMENT TERMS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due on five (5) business days after posting, by 12:00 PM Eastern Time (ET), via email Contract Specialist Crystal Demby, crystal.l.demby.civ@army.mil. (xvii) For information regarding this solicitation, please contact Crystal Demby, (520) 672-9611, crystal.l.demby.civ@army.mil.

Award Information

Not yet awarded

Notice Timeline

Combined Synopsis/Solicitation

Aug 14, 2025

Place of Performance
Aberdeen Proving Ground, Maryland 21005
USA

Contacts

primary
Crystal L. Demby

crystal.l.demby.civ@army.mil

Agency
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC-APG
W6QK ACC-APG ADELPHI
Classifications
NAICS: 811210
PSC: J066
Set Aside: NONE
Dates
Posted (1 day ago)
Aug 14, 2025
Last Updated (3 hours ago)
Aug 15, 2025
Due (6 days from now)
Aug 21, 2025 11:59 AM