The Defense Logistics Agency (DLA) Strategic Materials (DLA-SM) plans to acquire 380,360.48 pounds of Niobium Metal Ingots over a five-year period for the National Defense Stockpile. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will have a 60-month base ordering period. The procurement is divided into two Contract Line Item Numbers (CLINs): CLIN 0001 for Niobium Metal Ingots and CLIN 0002 for Third-Party Testing. CLIN 0001 requires the contractor to source, package, and deliver the ingots to the DLA Strategic Materials Scotia Depot in New York, with pricing terms as Firm Fixed Price (FFP) or fixed price for initial delivery orders and negotiated prices based on Economic Price Adjustment (EPA) for subsequent orders. CLIN 0002 covers third-party testing of the ingots with Firm Fixed Price terms. Both CLINs specify quantity range pricing per pound for ingots and per lot for testing, across the five contract years. The quantities listed are estimates, and the government will issue firm-fixed price delivery orders based on the proposed unit prices. The overall estimated IDIQ contract value will combine the values of CLIN 0001 and CLIN 0002.
The Department of Defense (DoD) intends to procure Niobium Metal Ingots for the National Defense Stockpile (NDS) over a five-year period, with an estimated total quantity of 380,360.48 lbs. The Niobium Metal Ingot must adhere to strict technical requirements, including ASTM B391, Type R04200 specifications, and precise elemental impurity limits. All manufacturing, packaging, sampling, and testing operations must occur within the Continental United States (CONUS). The contractor must submit a Sampling Plan and a Testing Plan, both subject to government approval. All materials require a Certificate of Analysis (COA) from an independent, ISO 17025-certified, CONUS-based third-party laboratory, detailing chemical analysis and certifying compliance. Packaging involves specific palletizing requirements, including new hardwood pallets meeting ASTM D6199-18a and ISPM-15 standards. Labeling must include comprehensive information, and all documentation must be in English. The contractor is responsible for transportation to the Government Storage Depot in Scotia, NY, and deliveries must be scheduled in advance. The government will inspect and accept/reject materials based on visual inspection and testing, with rejected materials requiring replacement at no cost. The procurement aims to reduce supply chain risk for Niobium, a critical material for defense applications.
This government file outlines the contractual clauses and evaluation criteria for federal procurement, focusing on the acquisition of Niobium Metal Ingots for the National Defense Stockpile. It details standard clauses incorporated by reference from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), covering aspects like gratuities, System for Award Management, safeguarding covered contractor information, and various ethical, labor, and environmental compliance requirements. The document also includes specific evaluation factors for proposals, such as Technical Approach, Past Performance, and Price. The Technical Approach requires detailed submissions on material description, certificates of analysis, packaging, labeling, sampling, and testing, emphasizing compliance with SOW sections and elemental impurity limits for Niobium. Past Performance is evaluated based on recency, relevance, and quality of prior contracts, with specific submission requirements for offerors. Price evaluation will consider reasonableness for Niobium Metal Ingots, with the contract awarded to the lowest-priced, technically acceptable offeror. The document concludes with clauses on contract terms, order limitations, indefinite quantity, and unique item identification, providing comprehensive guidelines for contractors.
The Defense Logistics Agency (DLA) Contracting Services Office (DCSO) – Columbus Division 3 (C3) has issued a solicitation (SP8000-25-R-0014) for Niobium Metal Ingots. This is a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with a guaranteed minimum of $5,000,000 and a maximum of $50,000,000. The acquisition is under "Full and Open Competition" and uses FAR Parts 12 and 15. Proposals are due by August 29, 2025, at 3:00 PM EST, and must be submitted electronically to Iván J. Badillo and Michelle Harrison. Award will be based on the Lowest Price Technically Acceptable (LPTA) method, evaluating Technical Approach, Past Performance, and Price. Offerors must be registered in SAM.gov.
The document is an amendment (0001) to the federal government Request for Proposal (RFP) SP8000-25-R-0014, issued on August 20, 2025. The primary purpose of this amendment is to update the Statement of Work (SOW) specifically for the Niobium Metal Ingots requirement. All other terms and conditions outlined in the original solicitation remain unchanged. This amendment ensures that potential bidders are aware of the revised specifications for the Niobium Metal Ingots, allowing them to submit accurate and compliant offers. The document includes a digital signature from Michelle M. Harrison, indicating official approval and validation of the amendment.
Amendment 0002 to RFP SP8000-25-R-0014 addresses vendor questions regarding the procurement of niobium ingots. Key clarifications include that a sample Certificate of Analysis (COA) is required with proposals, but the final COA for material delivery must be from a third-party lab. Section 10.2.C is removed from the Statement of Work (SOW). The Defense Logistics Agency (DLA) is open to revising ingot size requirements and will accept a single awardee for the full volume. A third-party lab is mandatory for material testing, and DLA-SM representatives will witness sampling operations. While the SOW specifications for NbGr1 remain firm, DLA is open to altering size requirements. Advance funding will not be provided; payment will be authorized upon completion and acceptance of the order. The Federal Government is exempt from tariffs for this requirement.
Amendment 0003 to solicitation SP8000-25-R-0014 extends the deadline for proposal submissions. The new closing response date is September 2, 2025, at 3:00 PM EST, changing from the original August 29, 2025, at 3:00 PM EST. All other terms and conditions outlined in the original solicitation remain unchanged. This amendment ensures that interested parties have additional time to prepare and submit their offers for this government contract.
The Department of Defense (DoD), through DLA Strategic Materials, plans to procure approximately 380,360 pounds of Niobium Metal Ingot over a five-year period (FY2025 onwards) for the National Defense Stockpile to mitigate supply chain risks. The material must be Niobium Metal Ingot in accordance with ASTM B391, Type R04200, with specific elemental impurity limits, and manufactured and packaged within the Continental United States (CONUS). The contractor must submit sampling and testing plans, with sampling operations and third-party analytical chemistry laboratories also located in CONUS. The third-party lab must be ISO 17025 certified with specific accreditations. Each production lot requires a Certificate of Analysis (COA) detailing test results, certifying material compliance, and issued with a contractor's cover letter. All operations, including transportation, handling, and waste disposal, must adhere to federal, state, and local environmental, safety, and occupational health regulations. Packaging requires new, specific dimensioned hardwood pallets conforming to ASTM D6199-18a and ISPM-15, with clear labeling including commodity details, weights, and lot/serial numbers. Deliveries will be made to the Government Storage Depot in Scotia, NY, and are subject to visual inspection and potential re-testing for acceptance. Rejected materials must be replaced at no cost to the government.