Gypsum, Dead Burned Anhydrous Type
ID: W519TC24Q2411Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW390 MCALESTER ARMY AMMO PLANTMCALESTER, OK, 74501-5000, USA

NAICS

Gypsum Product Manufacturing (327420)

PSC

CHEMICALS (6810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Dead Burned Anhydrous Gypsum, a critical material used in various military applications. The requirement includes the supply of 18,000 pounds of gypsum, packaged in 50-pound bags, with a firm delivery date set for November 6, 2024, to the McAlester Army Ammunition Plant in Oklahoma. This procurement is part of the Army's commitment to ensuring quality materials for defense operations and is set aside for small businesses, particularly those owned by veterans, to promote fair competition. Interested contractors must submit their bids via email to Andrea Jones at andrea.jones36.civ@army.mil by 10:00 AM on September 24, 2024, and ensure they are registered in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to the distribution statement indicating that it is approved for public release without restrictions. While no specific content is provided beyond this statement, it signifies that the information contained within can be freely disseminated and utilized without confidentiality constraints. This could imply relevance to federal government Requests for Proposals (RFPs), grants, or similar documentation that seeks to encourage transparency and accessibility for stakeholders interested in government contracts or funding opportunities. The unrestricted nature of the distribution statement suggests a commitment to transparency in governmental operations, facilitating engagement from a broad audience, including potential contractors and the public. The document’s brevity and focus on the distribution statement reflect an aspect of administrative practice concerning the release of government information, aligning with the principles of open government.
    The document pertains to a federal solicitation for the procurement of gypsum, specifically dead burned anhydrous type, issued by the Army Contracting Command-Rock Island. The offer due date is set for 10:00 AM on September 24, 2024. It outlines the requirements for suppliers, including a Certificate of Conformance and a detailed breakdown of the product specifications, quantity (18,000 pounds), and packaging (50-pound bags). The delivery is scheduled for November 6, 2024, at the McAlester Army Ammunition Plant. Key contractual clauses are included, such as evaluation criteria, compliance with various federal regulations, and stipulations regarding payment processing through the Wide Area Workflow system. There are multiple compliance regulations emphasized, including those favoring small businesses and veteran-owned entities. The purpose of this document is to invite proposals from qualified contractor entities, particularly focusing on small businesses and organizations owned by veterans. It underscores the government’s commitment to promoting fair competition and adherence to regulatory standards in federal procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Zirconium Hydride
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity (CAAA), is seeking proposals from qualified small businesses for the procurement of Zirconium Hydride, with a total requirement of 1,826 pounds. The procurement includes an initial delivery of 10 pounds for First Article Testing (FAT) within 45 days of contract award, followed by weekly deliveries of the remaining quantity in increments of 44 pounds until January 2025, after which the delivery rate will increase to 220 pounds per week until completion. This material is critical for military applications, adhering to the stringent MIL-SPECS MIL-Z-21353 standards, ensuring compliance with safety and quality requirements. Interested offerors must submit their proposals by September 23, 2024, at 12:00 p.m. Central Time, and direct any inquiries to the Contract Specialist, Dora Smith, at dora.d.smith5.civ@army.mil or the Contracting Officer, Bryce Willett, at bryce.t.willett.civ@army.mil.
    GPX 20/50, Starch-G Acrylic Blast Media
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to procure 14,400 pounds of Archer-Daniels-Midland (ADM) E-Strip GPX 20/50, Starch-G Acrylic Blast Media, through a sole source firm-fixed-price purchase order with Midvale Group, Inc. This procurement is critical for abrasive blasting operations on T-6 and T-38 aircraft, adhering to military specification MIL-P-85891, Grade A, Type VII, which is essential for maintaining operational efficiency and compliance. The contract will be executed under Federal Acquisition Regulation (FAR) guidelines, and interested parties may submit their capabilities statements to the primary contacts, Vivian Fisher and Catherine Hardy, by September 19, 2024, at 12:30 PM CST. The procurement process will evaluate submissions to determine if competition is feasible, although the current justification indicates that ADM is the only qualified vendor available.
    Supply Blanket Purchase Agreement
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies of crushed and broken limestone mining and quarrying materials. The BPA holder must be able to provide various products including light stone fill, medium stone fill, type 2 and type 4 sub base, washed 2, dry rip wrap, railroad ballast, and screened top soil. Quantities will be determined on individual BPA calls, ranging from 500 to 10,000 tons. Material will be delivered to Fort Drum, NY. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 10 days of the posting date.
    BPA for Asbestos and Mold Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Blanket Purchase Agreement (BPA) for asbestos and mold testing services. The procurement aims to engage AHERA-accredited building inspectors to conduct inspections of suspected asbestos-containing materials, adhering to EPA regulations for sampling, documentation, and laboratory analysis. This initiative is crucial for hazard identification and remediation, ensuring compliance with environmental safety standards. Interested contractors must submit their signed proposals by September 23, 2024, at 3:00 PM Central Daylight Time, and are required to have an active registration in the System for Award Management (SAM). For further inquiries, Regina Gibson can be contacted at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
    Fencing Material
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of fencing materials for the Anniston Army Depot (ANAD) in Alabama. This solicitation, designated as a Total Small Business Set-Aside, requires vendors to provide detailed technical literature that demonstrates compliance with specific requirements for chain link fencing, including materials such as 9 gauge aluminum-coated steel wire and zinc-coated high-strength steel posts. The procurement is critical for ensuring the security and durability of military installations, with proposals due by 10:00 AM CST on October 1, 2024. Interested parties should direct inquiries to Crystal Hodges at crystal.l.hodges8.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil, and must ensure compliance with all submission guidelines outlined in the solicitation documents.
    DDSP Rock Salt non-hardening agents
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Distribution is seeking bids from qualified small businesses for the supply of rock salt with non-hardening agents, specifically for its facility in Susquehanna, Pennsylvania. The contractor will be required to deliver rock salt that meets ASTM D632-99, Type 1 Grade 1 specifications, with deliveries expected within 3 to 5 days after notification from the government, and a minimum order of 20 tons per call. This procurement is crucial for maintaining road safety during winter weather conditions, with an estimated total requirement of 1,000 tons over the contract period from October 1, 2024, to May 1, 2025. Interested parties must submit their quotes electronically by September 24, 2024, and can direct inquiries to Adrienne Hawkins at Adrienne.hawkins@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil.
    Supply Blanket Purchase Agreement
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies of Road Salt (Mineral Sodium Chloride) for melting snow and ice on all surfaces at Fort Drum, NY. The quantities will be determined on individual BPA calls and must be delivered in bulk tons by FLOW-BOY Tracter Trailer for off-loading into a salt style storage facility. Bagged material will not be accepted. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.
    Supply Blanket Purchase Agreement
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for supplies under NAICS 212393: Other Chemical and Fertilizer Mineral Mining. The BPA Holder must be able to provide Solid Runway Deiver - Sodium Acetate - Anydrous Must be Spherical shaped. Must be compatible with liquid potassium acetate deivers. Must be at least 97% anydrous sodium acetate by weight with less than one percent corrosion inhibitors. Must meet FAA approved specification SAE AMS 1431 for deicing and anti-icing compounds in the form of a solid for use on runways and taxiways. Shall be deliverable in bulk. Quantities will be determined on individual BPA calls. All quantities shall be delivered in bulk. Material will always be delivered to Fort Drum, NY and delivery point will be determined by call. BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM), representations and certifications must also be on record. Initial responses are requested within 30 days of the posting date.
    Algoflon G-10 Resin
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking to procure 10,700 lbs. of Algoflon G-10 Resin to support the MJU-57 A/B and MJU-61 A/B Programs. The resin will be produced in accordance with Department of the Navy source control drawing. The contract will be awarded to Sovay Solexis, Inc. in accordance with FAR 13.106-1(b). This notice is for notification purposes only and no other offers are solicited. The resin is used for various applications in the military.
    BDU-50 D/B CDI Practice Bombs with MHU-149/E Pallet or MHU-122/E Pallet
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - Rock Island, is soliciting proposals for the procurement of BDU-50 D/B CDI Practice Bombs, specifically with MHU-149/E or MHU-122/E pallets. This competitive Request for Proposal (RFP) aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum guaranteed quantity of 8,004 units, to support military training operations. The selected contractor will be evaluated based on a best value assessment that considers both technical and price factors, with a focus on compliance with stringent security and operational requirements. Interested parties must submit their proposals by the extended deadline of October 17, 2024, and can direct inquiries to Elizabeth Miller at elizabeth.m.miller174.civ@army.mil or Kelly K. Clifton at kelly.k.clifton.civ@army.mil.