Recycling Tritium from Compasses, Gun sights, and Watches
ID: FA860125R0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Blanket Purchase Agreement (BPA) focused on the recycling of tritium from compasses, gun sights, and wrist watches. The contractor will be responsible for recovering tritium from approximately 500 compasses, 50 gun sights, and 5 wrist watches annually, ensuring compliance with regulatory requirements, including holding a valid license from the U.S. Nuclear Regulatory Commission. This initiative underscores the DoD's commitment to environmentally responsible management of hazardous materials, with a total contract value of $47 million over a five-year period. Interested small businesses must submit their proposals by 10:00 AM EDT on April 22, 2025, to Edward Huchison at edward.huchison@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 7:08 PM UTC
The document provides additional instructions for offerors responding to solicitation FA860125R0011, focused on recovery and recycling of Tritium components from various military equipment. It outlines critical requirements for proposals, emphasizing clarity, conciseness, and technical detailing without unnecessary embellishments. Offers must be submitted in two volumes: Technical Capability and Price & Offer Documentation, adhering to specific page limits and formatting guidelines. Technical proposals must demonstrate understanding of the Performance Work Statement, addressing regulatory compliance and prior relevant experience. The Price Proposal requires comprehensive pricing and necessary federal forms. The Government reserves rights regarding proposal evaluations, including potential cancellations if funds are not available. Communication must be directed to designated officials, ensuring clarity in title and format for email submissions. This solicitation framework addresses the essential standards for evaluating contractor capabilities within the government contracting context.
The document serves as an addendum to the solicitation FA860125R0011, outlining the evaluation factors for awarding contracts using FAR Part 13 Simplified Acquisition Procedures. The primary criteria for evaluating proposals are Technical Capability and Price, both holding equal importance, with an emphasis that any proposal rated “Unacceptable” technically cannot be awarded regardless of price. The Technical Capability evaluation includes assessments of compliance with the Performance Work Statement (PWS), the offerors’ recovery and recycling plans, possession of relevant licenses, and prior experience in similar contracts. Each element must meet minimum requirements for the proposal to be deemed "Acceptable." The Price evaluation examines completeness, unbalanced pricing, and overall fairness, requiring a Total Evaluated Price (TEP) calculation, which includes proposed costs for base performance and option years. The evaluation process entails concurrent assessments of all proposals with a focus on rectifying any deficiencies. Should a proposal be rated "Unacceptable," it may be excluded from further consideration. The government also retains discretion to establish a competitive range based on proposal quality. Binding contracts are formed upon written acceptance of offers within the specified timeframe, underscoring the importance of timely and compliant submissions in the RFP process.
Apr 8, 2025, 7:08 PM UTC
The Performance Work Statement (PWS) outlines the requirements for the recovery and recycling of tritium from compasses, gun sights, and wrist watches for the Department of Defense (DoD) over a five-year period. The contractor is responsible for providing all necessary labor and equipment to recover tritium from these items, which are either no longer used or have exceeded their useful shelf life. The scope includes estimated quantities of 500 compasses, 50 gun sights, and 5 wrist watches annually, totaling roughly 32.5 curies of decayed tritium each year. The contractor must comply with various regulatory requirements, including holding a valid license from the U.S. Nuclear Regulatory Commission and maintaining adherence to environmental laws. The DoD will facilitate the inventory and transportation of items to the contractor's facility, relieving the Air Force of future responsibilities for these radioactive sources upon transfer. To ensure proper documentation and compliance, the contractor is required to provide inventory receipts and maintain thorough recordkeeping. The PWS sets forth necessary operational and quality assurance guidelines, with normal duty hours established for service functions. This initiative illustrates the DoD's commitment to environmentally responsible management of hazardous materials under its jurisdiction.
Apr 8, 2025, 7:08 PM UTC
The document outlines the procurement plan for specific devices under the contract FA860125R0011 over a five-year period, commencing from 1 August 2025 and concluding on 31 July 2030. It specifies the estimated quantities and duration for three types of equipment: compasses, watches, and sights. Each year will see a consistent acquisition of 500 compasses, 5 watches, and 50 sights, culminating in a total of 2,500 compasses, 25 watches, and 250 sights by the end of the contract term. This structured approach to procurement indicates a strategic alignment of resources and budgeting across the allotted years. The document underscores the government's ongoing commitment to maintaining readiness through consistent asset acquisition as part of its operational capabilities, reflective of standard practices in federal RFP processes aimed at enhancing mission effectiveness and resource management.
Apr 8, 2025, 7:08 PM UTC
This document pertains to the U.S. Department of Labor's Wage Determination No. 2015-4731 under the Service Contract Act (SCA), mandating minimum wage and benefits for federal contracts within specific Ohio counties. Contracts signed after January 30, 2022, must comply with the minimum wage of $17.75 as per Executive Order 14026, while those awarded between January 1, 2015, and January 29, 2022, must adhere to at least $13.30, unless a higher wage is indicated. The document outlines various occupational titles, their corresponding wage rates, and required fringe benefits for each role, ensuring compliance with labor standards for contractors. It also specifies requirements for paid sick leave under Executive Order 13706 and details benefits regarding health and welfare, vacation, and holiday entitlements for workers. Additionally, rules for conforming unlisted job classifications to appropriate wage rates are described. The overarching purpose addresses ensuring fair compensation and protecting worker rights in government contracts, emphasizing adherence compliance for contractors operating under federal standards and regulations.
Apr 8, 2025, 7:08 PM UTC
The document pertains to a Request for Proposal (RFP) FA860125R0011, focused on acquiring services for the recycling of specific types of units, such as compasses, watches, and gun sights likely containing radioactive materials. The RFP outlines the need for intact, non-damaged items for accurate bid quotations and seeks further details, including photographs or drawings, to understand the construction and materials of the items. Notably, the document specifies that the original activity levels of the items must be defined but acknowledges the potential variability in models received. The overarching aim is to secure a contractor capable of providing comprehensive recycling services for these units, thereby emphasizing sustainable disposal methods over waste disposal. The request demonstrates the government's commitment to environmental responsibility in handling potentially hazardous materials.
Apr 8, 2025, 7:08 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract related to the recycling of tritium from military items such as compasses, gun sights, and watches. It includes specific procurement details like the requisition number, award date, and the total award amount of $47 million. The agreement will span five years and details the roles of various personnel involved, including a Contracting Officer and a vendor. The contractor must provide labor and materials for recycling while ensuring compliance with relevant federal regulations. It highlights payment processes, invoicing requirements, and conditions regarding contract cancellation. Additionally, it specifies that a monthly spend report must be submitted to monitor the ministry's budget. Other details include clauses about inspection, acceptance, and the government's obligations under the contract. The document also integrates numerous federal acquisition regulations that govern the conduct and responsibilities of all parties involved in the procurement process, ensuring transparency and lawful operations throughout the agreement's implementation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified contractors to conduct third-party inspections of Treatment, Storage, and Disposal Facilities (TSDF) handling hazardous waste. The objective of this procurement is to ensure compliance with federal, state, and local regulations regarding hazardous waste management, with services required both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS) over a five-year term. This initiative is critical for maintaining environmental safety and regulatory compliance in the management of hazardous materials, thereby supporting the DLA's commitment to public health and safety. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
UMTE - Transmitter
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of six units of the AN/TPT-T1 transmitter, identified by National Stock Number (NSN) 5840-01-508-1032. Contractors are required to adhere to strict packaging, marking, and shipping standards as outlined in the Statement of Work (SOW), which emphasizes compliance with military and hazardous materials regulations. The goods are critical for military operations, necessitating high standards of quality and traceability to ensure operational readiness. Interested parties should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, with proposals expected to meet specified timelines and quality standards as part of the procurement process.
Demolition, Charge, Block 1/4 lb TNT, 1/2 lb TNT, and 1 lb TNT.
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of demolition charge blocks of TNT in 1/4 lb, 1/2 lb, and 1 lb configurations under solicitation W519TC-25-R-0013. This opportunity is set aside for small businesses and will result in a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a guaranteed minimum order value of $950,000. The TNT blocks are critical for military applications, necessitating compliance with stringent safety and quality standards, including First Article Testing and adherence to Performance Oriented Packaging requirements. Interested contractors must submit their proposals, including pricing in a specified Price Matrix, by the deadline, and can direct inquiries to Megan Kirby at megan.m.kirby.civ@army.mil or Mackenzie Helgerson at mackenzie.a.helgerson.civ@army.mil.
Liquid Scintillation Counters
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from qualified contractors for a maintenance agreement for its Liquid Scintillation Counters, particularly TRI-CARB models. The objective is to ensure these government-owned instruments operate at maximum performance and are protected through a fixed-price contract that includes all necessary labor, parts, and tools for preventive and remedial maintenance, with unlimited on-site service visits required. This maintenance is critical for the optimal functionality and reliability of laboratory equipment used in national defense operations. Interested parties must submit white papers outlining their capabilities by April 16, 2025, and can direct inquiries to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil.
SPE4A725R0507 – 5855 – COMPASS ASSEMBLY / WSIC T
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for the COMPASS ASSEMBLY, classified under the National Stock Number (NSN) 5855-013816052. This procurement is set aside exclusively for small businesses and aims to secure an estimated annual quantity of 844 units, with a minimum delivery order quantity of 211 and a maximum of 844, to be delivered within 142 days. The goods are critical for night vision equipment and will be inspected and accepted at the destination, with the contract expected to be awarded around April 19, 2025. Interested vendors should submit written quotes and can access the solicitation via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/rfp, with inquiries directed to Thuy Ho at Thuy.Ho@dla.mil or by phone at 804-279-6092.
Intent to Sole Source to Gradient Technologies (G.D.O) - W519TC-25-R-0003 - Demil & Disposal of 5in, 6in, 8in, and bulk material containing Explosive D or Comp A-3
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command, is seeking proposals for the sole-source contract W519TC-25-R-0003, which involves the demilitarization and disposal of explosive materials, including 5-inch, 6-inch, and 8-inch projectiles, as well as bulk materials containing Explosive D or Composition A-3. The contract is exclusively awarded to Gradient Technologies (G.D.O) based on federal regulations, emphasizing the importance of safety and compliance in managing military waste. Proposals must be submitted by April 21, 2025, at 12:00 PM U.S. Central Time, with all inquiries directed to the Contracting Officer, Bridget Kramer, at bridget.l.kramer.civ@army.mil, or the Contract Specialist, Jennifer A. Darby, at jennifer.a.darby3.civ@army.mil.
High Purity Geranium Detector Repair
Buyer not available
The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for the repair of a Cryopulse-5 HPGe Detector, with a focus on engaging women-owned small businesses. The contract requires comprehensive repairs, including the inspection and replacement of critical components, ensuring the detector's functionality, and adherence to federal safety regulations throughout the process. This equipment is vital for supporting key naval operations, and the repaired detector must be delivered by April 30, 2026. Interested contractors should submit their price quotes and property management plans to Ashley Moose at ashley.l.moose.civ@us.navy.mil or Chad R. Godwin at chad.r.godwin.civ@us.navy.mil as part of their response.
DETECTORS/TUBES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the acquisition of 27 National Stock Numbers (NSNs), primarily focusing on Detector Tubes. This procurement is a successor contract to SPE7MX-20-D-0126 and is expected to have a five-year base period, with the solicitation set to be released on April 15, 2025. The goods are critical for various applications in search, detection, navigation, and guidance systems, underscoring their importance in defense operations. Interested vendors can submit quotes, which will be evaluated based on price, past performance, and delivery, with all submissions required to be in English and U.S. Dollars. For further inquiries, potential bidders can contact Brandy Warner at 614-692-5024 or via email at BRANDY.WARNER@DLA.MIL.
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
Sources Sought for Trinitrotoluene (TNT) Production and Delivery
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is seeking sources for the production and delivery of Trinitrotoluene (TNT) to meet its requirements for Fiscal Years 2027 to 2031. The anticipated production volume ranges from approximately 1,000,000 to 8,000,000 pounds of TNT annually, which is critical for various munitions supporting Department of Defense operations. Interested companies must respond by April 29, 2025, providing detailed information about their capabilities, facilities, and compliance with military specifications, including adherence to packaging and transportation standards outlined in relevant documents. For further inquiries, interested parties can contact Jennifer A. Darby at jennifer.a.darby3.civ@army.mil or Bridget Kramer at bridget.l.kramer.civ@army.mil.