Antimony
ID: SP8000-25-R-0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO COLUMBUS DIVISION #3FORT BELVOIR, VA, 22060-6223, USA

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

CHEMICALS (6810)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of 32.5 metric tons of antimony trisulfide (Sb2S3), a critical chemical used in various defense applications. The contract will be a Firm Fixed Price agreement with a performance period of one year, and it requires compliance with specific material specifications, packaging, and testing protocols to ensure quality and safety. This procurement is essential for maintaining strategic materials within government operations, reflecting the DLA's commitment to rigorous standards. Interested offerors must submit their proposals by November 4, 2025, and direct any inquiries to Wanda Willis at wanda.willis@dla.mil or by phone at 571-767-1191.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) Strategic Materials is seeking to procure 32.5 metric tons of antimony trisulfide, following congressional approval under the National Defense Authorization Act for fiscal year 2024. The Statement of Work (SOW) outlines comprehensive technical requirements for material specifications, packaging, labeling, and transportation. The contractor must provide a Certificate of Analysis (COA) for each production lot, detailing compliance with material requirements, and facilitate independent third-party sampling and testing to verify chemical and physical properties. Each production lot must consist of homogeneous materials, and any mixing of different lots is not permitted. All materials must be packaged in new, compliant UN-rated steel drums and accompanied by Safety Data Sheets (SDS) in English. Transportation to the Government Storage Depot in Scotia, NY, must follow federal and state regulations. The purchase is exempt from tariffs due to its strategic classification. Key points also include the establishment of safety and environmental protocols for contractors working at the depot, ensuring compliance with relevant laws and regulations. This procurement effort reflects the DLA's commitment to uphold rigorous standards for material quality and safety while meeting national defense needs.
    The document outlines a government solicitation for supplies and services related to the procurement of 32.5 metric tons (MT) of antimony trisulfide, including processing and shipment, as well as sampling and testing of the chemical. The main focus is on two Contract Line Item Numbers (CLINs): CLIN 0001 for the chemical procurement and CLIN 0002 for quality control testing. CLIN 0001 specifies a firm fixed price contract with a delivery acceptance point at the destination, with pricing based on a maximum weight of 32.5 MT, allowing for a variance of ±1%. The supply is to be delivered to the Defense Logistics Agency at the Scotia Depot, New York. CLIN 0002 emphasizes the need for the contractor to provide sampling and testing of the antimony trisulfide for quality assurance, also under a firm fixed price structure and covering a period of performance of 12 months. Overall, this solicitation aims to procure necessary materials and ensure their quality for strategic materials within government operations, highlighting requirements for pricing, delivery, and performance standards relevant to federal contracting procedures.
    The document outlines several Federal Acquisition Regulation (FAR) provisions relevant to offerors responding to government Requests for Proposals (RFPs) and grants. Key provisions include representations regarding ownership control, telecommunications services, and the prohibition against engaging with inverted domestic corporations. Offerors must disclose their status regarding predecessors and successors pertaining to federal contracts within the last three years. Specific definitions are provided for terms such as "commercial and government entity (CAGE) code", "predecessor", and "successor". Further, the document explains obligations related to telecommunications equipment and services under Section 889 of the National Defense Authorization Act, outlining representations offers must make regarding covered equipment. It includes detailed instructions for offers submissions, evaluation criteria, and various certifications related to business size, eligibility, and compliance with labor standards. Overall, the document serves as a comprehensive guide ensuring compliance with federal standards while encouraging transparency and ethical practices in government contracting. This is essential for fostering trust between the government and contracting entities while ensuring that taxpayer interests are protected.
    The government seeks to award a fixed-price contract for the procurement of 32.5 metric tons of antimony trisulfide. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method, where the lowest priced offer meeting specified technical and performance criteria will be selected. Evaluation factors include Technical Acceptability, Delivery Schedule, Past Performance, and Price. For Technical Acceptability, proposals must meet specific material standards, provide a Certificate of Analysis, outline packing and labeling methods, and demonstrate testing compliance with SOW requirements. The Delivery Schedule is assessed for realism and the ability to meet acquisition needs. Past Performance evaluations focus on the offeror's history of relevant contract work, including quality, timeliness, and customer satisfaction. The evaluation process adheres to Federal Acquisition Regulation (FAR) guidelines, ensuring offers are rigorously assessed for both adherence to specifications and pricing reasonableness. Successful bids will culminate in a binding contract upon government acceptance. This procurement process underscores the government's commitment to securing reliable and high-quality materials through a detailed and competitive bidding framework.
    The federal solicitation SP8000-25-R-0002 seeks proposals for the procurement of 32.5 metric tons of antimony trisulfide by the Defense Logistics Agency (DLA) Strategic Materials. The submission deadline for proposals is October 30, 2024, and it mandates compliance with the Federal Acquisition Regulation (FAR) and specific clauses pertaining to commercial products and services. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) basis, evaluating technical acceptability, delivery schedules, and past performance, along with price. Proposals must be submitted electronically to a designated contact, with a required self-certification regarding the eligibility status of the offeror and their representatives within federal contracting frameworks. All proposals, attached documents, and submissions must adhere to specified instructions and provide proof of an active registration in the System for Award Management (SAM). The solicitation reflects a commitment to open and competitive procurement practices for essential defense materials, with stringent evaluation criteria to ensure quality and cost-effectiveness.
    Lifecycle
    Title
    Type
    Antimony
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    DISC ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for the procurement of 361 units of a disc assembly (NSN: 1015-01-119-4005, P/N: 12283433), designated as a total small business set aside. The procurement requires military-level preservation and packaging type B, and notably, a First Article Test (FAT) is not required for this item. This assembly is critical for military applications, reflecting the government's commitment to supporting small businesses in federal contracting. Interested parties should note that the solicitation is expected to be issued on October 16, 2024, with proposals due 30 days thereafter; for further inquiries, they may contact Muhammad Kah at Muhammad.kah@dla.mil or call 586-467-1203.
    53--ANODE,CORROSION PRE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of corrosion prevention anodes, specifically NSN 5340-01-691-7061, under a total small business set-aside. The requirement includes a quantity of three units to be delivered to DLA Distribution within 165 days after order. These anodes are critical components used in various defense applications to prevent corrosion, thereby extending the lifespan of military equipment. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    PROCURMENT OF LEAD STYPHNATE AND TETRACENE M1-0080
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified small businesses to provide Normal Lead Styphnate and Tetracene as part of its Energetics program. The procurement involves the supply of 10 pounds of Normal Lead Styphnate and 5 pounds of Tetracene, adhering to strict military specifications for manufacturing, packaging, and delivery, including compliance with MIL-DTL-757C and MIL-T-46938 standards. This contract is crucial for ensuring the availability of high-quality energetic materials necessary for U.S. Navy and Joint Forces operations, reflecting the government's commitment to operational readiness and safety in explosive materials management. Interested parties must submit their quotes by October 15, 2024, at 4:00 PM EST, and can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil for further information.
    Synopsis
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of compressed gas cylinders under a Combined Synopsis/Solicitation notice. The solicitation includes one National Stock Number (NSN): 8120-01-602-0605, specifically for a proprietary item from Scott Technologies, and requires offerors to submit a complete data package for evaluation of both approved and alternate parts. This procurement is crucial for maintaining operational readiness and safety in military applications, with the contract expected to be awarded as a Fixed Price Contract for a base period of one year, with four additional one-year options, totaling up to five years. Interested vendors must be registered in the System for Award Management (SAM) and can access the solicitation on the DLA Internet Bulletin Board System (DIBBS) with a projected issue date around October 1, 2024, and a closing date around November 1, 2024. For further inquiries, contact Tiffany Stoute at tiffany.stoute@dla.mil or Gerard Corcoran at gerard.corcoran@dla.mil.
    SOLICITATION SPE601-24-R-0318, Gases Compressed and Liquefied LAE, LN2, NLL, LNQ, Aberdeen Proving Ground, MD
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for a five-year contract to supply Liquid Argon (LAE), Liquid Nitrogen (NLL & LNQ), and Liquid Oxygen (OLB) to Aberdeen Proving Ground, Maryland. The contractor will be responsible for delivering these gases, along with associated services such as expedited delivery, general maintenance, and cylinder recertification testing, ensuring compliance with safety and industry standards. This procurement is crucial for maintaining operational readiness at the facility, with proposals due by October 28, 2024, at 3:00 PM CDT. Interested vendors should contact Dovie Gary at dovie.gary@dla.mil or Leno Smith at leno.smith@dla.mil for further information.
    Potassium Chloride Extended Release Tablets
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting bids for the procurement of Potassium Chloride Extended Release Tablets under Solicitation No. SPE2D2-24-R-0013. This procurement involves various package sizes of potassium chloride tablets, specifically 10 MEQ and 20 MEQ tablets, offered in both 100 and 500 count bottles, with estimated quantities spanning a base year and four optional years. The initiative is crucial for maintaining a reliable supply of essential pharmaceuticals to support healthcare needs within the Department of Defense. Interested suppliers must submit their proposals electronically via the Defense Logistics Agency Internet Bid Board System (DIBBS) by the deadline of October 10, 2024. For further inquiries, potential bidders can contact Ryan Guarnere at ryan.guarnere@dla.mil or Jason Wray at jason.wray@dla.mil.
    DLA Industrial Gas & Cylinder Recompete (CONUS) - SPE4AX-24-R-0026
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the DLA Industrial Gas & Cylinder Recompete (CONUS) under solicitation SPE4AX-24-R-0026. This opportunity involves the provision of industrial gases and related services, with an emphasis on compliance with updated requirements and specifications outlined in the recently posted Amendment 0001. The goods and services procured are critical for various defense operations, ensuring the availability of essential gases for military applications. Interested parties should review the attached documents for detailed requirements and submit inquiries to primary contact Jeremy Reeves at Jeremy.T.Reeves@dla.mil or secondary contact Patrick Finegan at patrick.finegan@dla.mil for further information.
    16--DETECTOR,METALLIC P
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 90 units of the NSN 1615014597960, specifically a Detector, Metallic P. This procurement is a source-controlled drawing item, with the approved source being 97484 G5034D, and the items must meet the specifications outlined in the solicitation. The goods are critical components used in aerospace applications, emphasizing the importance of compliance with military specifications and standards. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS portal.
    25--ARM,CENTRE SKID
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the ARM, CENTRE SKID (NSN 2590-99-417-8840). This solicitation is a Total Small Business Set-Aside and may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of reliable vehicular equipment components in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online for review.
    Shipping and Storage
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for a federal contract focused on the procurement of shipping and storage items, specifically under solicitation number SPRDL1-24-R-0118. This opportunity is designated as a total small business set-aside and requires compliance with rigorous specifications, including first article testing to ensure quality and technical standards are met prior to mass production. The procurement involves 526 units of specialized shipping and storage containers, with an additional 526 units as an option, and is critical for maintaining efficient military logistics. Interested contractors must submit their bids by the specified deadline and can contact Adrienne Lakes at Adrienne.Lakes@dla.mil or by phone at 586-467-1170 for further information. Technical Data Packages will be available around July 31, 2024, and bidders must be certified under the United States/Canada Joint Certification Program to access them.