Offerors must complete blocks 12, 17, 23, 24, and 30. Offer due date is August 7, 2025, 10:00 AM HST. The acquisition is set aside for women-owned small businesses (WOSB), small businesses eligible under the women-owned small business program, competitive sourcing, hubzone, veteran-owned, 8(a), and service-disabled. Delivery is FOB destination. Invoices should be submitted to the address shown in block 18a, unless otherwise specified. The solicitation incorporates FAR clauses ****, ****, ****, and **** are not attached. The contractor must be registered in the SAM database prior to submitting an invoice. The method of payment is Wide Area Workflow (WAWF). Delivery date is August 29, 2025. Additional requirements include vendor acknowledgement of Kmonel heat review, and Kmonel socket
head cap screws must be manufactured to FFS86J. Certifications are required. Shipping cost shall not exceed the amount allowed. Inspection and acceptance terms are specified. The government requires delivery according to the schedule. Offers may not be submitted for quantities less than those specified. The government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specified otherwise in the offer. The following information must be provided: best delivery schedule, business size, payment terms, copy of literature, specifications, make and model of item being offered. Unit prices, when incorporated into a government contract, will be released under the Freedom of Information Act (FOIA). If the contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA. Changes to specifications or other contract technical requirements are not allowed unless approved in writing by the contracting officer. Mercury or mercury compounds shall not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Traceable objective quality evidence (OQE) is required. A certificate of compliance (COC) is required. Traceability must be provided via a unique heat, lot number and code permanently marked on the material per MIL-STD-792 and shown on the OQE certification document. All certifications are required to be delivered with the material. Payment on material for which certifications are not received will be withheld. Material markings shall comply with the requirements and limitations set forth in MIL-STD-792 latest. All nickelcopperaluminum alloy K500 raw stock, and K500 raw stock used in the manufacture of finished products, shall be procured to QQN286 revision G with slow strain rate tests done by the following approved laboratories. Review of agency protests. Evaluation factors for award: low cost, technically acceptable. The government reserves the right to judge which proposals show the required capability. The government also reserves the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. European Union restrictions regarding nonmanufactured wood packaging and pallets. The articles to be furnished hereunder shall be delivered all transportation charges paid by the contractor to: DLA distribution government representative receiveding dept, code z0s 667 safeguard street, bldg. 167, suite 200 jbphh, hawaii, **** submitted on a basis other than f. o. b. destination will be rejected as nonresponsive and offers may be deemed unacceptable.