Titanium Ingots Ti-CP-2 and Ti-CP-6-6-2 Solicitation
ID: SP800025Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding (331491)

PSC

NONFERROUS BASE METAL REFINERY AND INTERMEDIATE FORMS (9650)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of up to 174 metric tons of titanium ingots, specifically grades Ti-CP-2 and Ti-6-6-2, to be delivered to the Hawthorne Army Depot in Nevada. This solicitation requires the contractor to mine, process, and deliver the titanium, ensuring compliance with safety and environmental regulations, including independent testing and certification of the materials. The titanium ingots are critical for various defense applications, and the estimated contract value is $5 million, with a performance period of 24 months from the award date. Interested parties must submit their proposals by 3:00 PM EST on March 6, 2025, and can contact Carrie Powers at carrie.powers@dla.mil or Alicia Barrowman at alicia.barrowman@dla.mil for further information.

    Files
    Title
    Posted
    The DLA Strategic Materials Depot outlines on-site rules for visiting personnel, emphasizing compliance with security and environmental regulations. Visitors must adhere to the Environmental, Safety, and Occupational Health Management System (ESOHMS) detailed in an "Orientation Guide" provided upon arrival. Key requirements include reviewing Safety Data Sheets (SDS) related to sampled materials to understand toxicity and health impact. The Producer/Supplier is responsible for determining necessary personal protective equipment and ensuring personnel are trained in its use. Additionally, visitors are required to promptly report any injuries or incidents to a Government representative or Contracting Officer’s Representative (COR). These guidelines ensure that all activities comply with federal, state, and local laws while maintaining safety standards for personnel involved in sampling operations at the depot. The document’s purpose aligns with ensuring safety and regulatory adherence in federal contracts and grants, particularly in managing hazardous materials responsibly.
    The Hawthorne Depot Orientation Guide outlines the Environmental, Safety, and Occupational Health Management System (ESOHMS) established by DLA Strategic Materials. This system is designed to adhere to ISO standards, ensuring compliance with environmental laws and promoting best management practices to minimize hazards. Key components include a policy statement emphasizing compliance, continuous improvement, and effective communication. The guide introduces the "Five Commandments" for safety, recycling, and understanding job responsibilities. Critical safety procedures, including emergency response protocols and hazardous materials storage guidelines, are outlined. Contractors must inform the Depot Supervisor of hazardous materials and comply with environmental regulations. The guide stresses pollution prevention through comprehensive plans addressing stormwater and spill control, along with methods for preventing contamination. Overall, the document serves as an essential orientation for contractors and visitors, ensuring awareness of policies aimed at protecting human health and the environment while conducting operations at the depot. This aligns with government initiatives to promote regulatory compliance and safety within federally funded projects and operations.
    The provided document outlines performance requirements for a government contract related to packaging and repackaging services. It specifies mandatory actions, acceptable performance levels, and surveillance methods for different tasks throughout the contract’s duration. Key actions include ensuring access to contractor facilities, compliance during packaging operations, obtaining appropriate Certificates of Analysis (CoA), proper labeling of materials, and adhering to safety regulations regarding the packaging of hazardous materials. The document mandates that all materials be packaged in government-approved containers, with strict requirements for the pre-approval of drums and pallets. It emphasizes the necessity of coordination with a Contracting Officer's Representative (COR) for prior notifications and approvals concerning operations and shipments. Monitoring will occur through a COR appointed to evaluate contractor performance against established quality levels. This comprehensive structure ensures accountability and compliance with federal standards in handling materials, with a strong focus on health and safety protocols throughout the process.
    The Government Inspection Report for the Titanium Ingots Acquisition 2025 outlines the compliance and quality assurance measures associated with the contract. The document details various sections of the Statement of Work (SOW) and specifies that the contractor met all requirements, achieving a 100% compliance rating across multiple tasks. These include providing facility access, submitting Certificates of Analysis, and ensuring proper packaging and labeling of materials. The report emphasizes the contractor's obligation to notify the Contracting Officer’s Representative (COR) before packaging operations, ensuring no materials are shipped prior to acceptance of the Certificates of Analysis, and adhering to specific safety protocols during transportation. Furthermore, it mandates an ongoing inspection process wherein the COR monitors compliance, documenting observations and corrections of any deficiencies. Overall, the report serves as a comprehensive record of the contractor’s adherence to federal guidelines for the acquisition and handling of titanium ingots, ensuring safety and regulatory compliance throughout the contract's duration, and upholding high standards in governmental procurement processes.
    The Quality Assurance Surveillance Plan (QASP) for Titanium procurement outlines the requirements for supplying up to 97.7 metric tons each of Titanium Commercially Pure 2 (Ti CP2) and Ti 6-6-2 over a two-year period, with delivery to the Defense Logistics Agency at Hawthorne Army Depot, Nevada. Key obligations for the contractor include facilitating government access for sample collection, conducting operations within the United States, and ensuring third-party analytical laboratory compliance with ISO 17025, NADCAP, and ITAR standards. The contractor must also provide written notifications about their sampling plan, submit a Certificate of Analysis (COA) prior to material shipment, and adhere to environmental safety policies. Surveillance consists of 100% and random inspections conducted by the Contracting Officer’s Representative (COR), who will evaluate the contractor's performance and document findings on a Government Inspection Report. Any deficiencies will require correction and potential re-assessment. Moreover, compliance with Combatting Trafficking in Persons regulations is mandated. This document serves as a critical framework to ensure compliance, quality control, and safety in the procurement of titanium materials for defense purposes.
    The document is a solicitation for the procurement of up to 174 metric tons of titanium ingots by the Defense Logistics Agency (DLA) using Request for Quote (RFQ) SP8000-25-Q-0002. The solicitation, aimed at small and large businesses, outlines the requirement for specific titanium grades, delivery to Hawthorne, Nevada, and the establishment of a Firm-Fixed Price (FFP) contract. Proposals are to be submitted by 3:00 PM EST on March 6, 2025, with strict guidelines for content and deadlines for questions and submissions. Key evaluation factors include technical approach, past performance, and pricing. The statement of work (SOW) details specific technical requirements, including purity standards, packaging, labeling, and safety documentation. Each ingot must be marked with a unique serial number correlating to a Certificate of Analysis (COA), which verifies conformity to specifications. Additionally, independent third-party testing is mandated for quality compliance. The entire procurement process emphasizes adherence to federal regulations, safety standards, and rigorous testing protocols to ensure high-quality titanium products essential for various applications, including military use. Overall, the solicitation reflects the government's ongoing commitment to source critical materials through robust and transparent procurement practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Presolicitation Synopsis Iso Molded Graphite
    Buyer not available
    The Defense Logistics Agency (DLA) is preparing to procure isostatically molded synthetic graphite, with a focus on delivering up to 2,617 metric tons over a 36-month period. This procurement is critical for various defense applications and will be structured as a firm fixed-price contract, requiring compliance with specific material specifications, packaging, and transportation standards. The estimated value of the acquisition is approximately $9.5 million, with proposals due 30 days after the solicitation is posted around February 28, 2025. Interested contractors must register in the System for Award Management (SAM) and can contact Ronald Fairley or Adam Steele for further information.
    B-2 Cylinder Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    Sale of Scrap Aluminum
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is offering an opportunity for the sale of approximately 30 tons of scrap aluminum located at the Sierra Army Depot in Herlong, California. Interested bidders must submit proposals based on a per-pound price, with a requirement for a 20% deposit from the winning offeror prior to the removal of materials, which must occur weekly for the first three months and then on an as-needed basis for the following six months. This sale is significant as it involves the disposal of surplus property, promoting recycling and resource optimization within government operations. Proposals are due by 11 AM Pacific Standard Time on February 6, 2025, and should be submitted electronically to Starla Roberts at starla.a.roberts.civ@army.mil, with any inquiries directed to her by January 30, 2025.
    UTML; Sole Source to OPDT
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of 206 units of a specific part (NSN 1440-01-661-3066, P/N 13710835) to support the Improved Bradley Acquisition Subsystem (IBAS) and TOW Weapon system. This acquisition is part of a long-term contract initiative, with pricing required for the period from March 2025 to March 2026, emphasizing the importance of compliance with federal acquisition regulations and detailed cost breakdowns. Proposals must be submitted by February 7, 2025, and all communications should be directed to designated DLA personnel to avoid conflicts of interest. Interested parties can contact Kelsey Brown at kelsey.e.brown@dla.mil for further information.
    47--TUBE,METALLIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of metallic tubes, specifically NSN 4710014140328. The solicitation includes two lines: the first requires 167 units to be delivered to DLA Distribution Albany within 108 days after order, and the second requires 431 units under the same delivery timeline. These metallic tubes are critical components used in various defense applications, emphasizing the importance of timely and reliable supply. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    DLA ENERGY AEROSPACE JP-10 AND PF-1
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a Firm, Fixed-Price Requirements-Type contract to procure bulk propellants, specifically High Density Synthetic Hydrocarbon Type (JP-10) and Priming Fluid ALCM Grade (PF-1), for a five-year period from June 16, 2025, to June 15, 2030. The selected contractor will be responsible for the production, storage, and delivery of these propellants, adhering to strict military specifications and quality standards, with a minimum bulk storage capacity of 135,000 gallons and a production rate of 519 gallons per day. This procurement is critical for supporting U.S. defense and aerospace operations, ensuring the availability of essential materials for military readiness. Interested small businesses must submit their proposals by March 5, 2025, to Tammie Campbell at tammie.campbell@dla.mil, with all submissions following the guidelines outlined in the solicitation documents.
    Tube Assembly, Metal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of a metal tube assembly, identified by National Stock Number (NSN) 4710-01-333-3547NZ. This critical safety item requires compliance with specific qualification standards and aims for delivery of one unit by October 21, 2025, with the Request for Proposal (RFP) expected to be issued on January 22, 2025, and closing on February 12, 2025. The assembly is essential for military applications, and the approved source for this component is Raytheon Technologies Corp., which has a recent purchase history indicating a larger contract awarded to RTX Corporation. Interested vendors should contact David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further details.
    SHEAR CABLE, WEAPON
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 360 units of Shear Cable, Weapon (NSN 1095-017211483), with a 20% quantity option. This item, identified by part number 1576 from McFarlane Aviation, LLC, is critical for military operations and will be delivered to Susquehanna, PA, with a required delivery timeline of 240 days. Proposals will be evaluated based on a "best value" approach, considering price, past performance, socioeconomic participation, and delivery. Interested suppliers should submit their proposals via the DIBBS platform or email Travis Grafton at travis.grafton@dla.mil, with the solicitation expected to be available online around February 14, 2025.
    95--SHEET,METAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of sheet metal, specifically NSN 9535004488293, under a total small business set-aside. The requirement includes two lines, each for 15 units to be delivered to DLA Distribution Cherry Point within 60 days after order (ADO). This procurement is crucial for maintaining military readiness and operational capabilities, as the metal sheets are essential components in various defense applications. Interested vendors can submit their quotes electronically, and for any inquiries, they should contact the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's website.
    Gravel Purchase
    Buyer not available
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is seeking proposals for the purchase of gravel as part of a combined synopsis/solicitation. This procurement is specifically aimed at acquiring commercial products in accordance with the guidelines set forth in FAR 12.6, and it is designated as a Total Small Business Set-Aside, encouraging participation from eligible small businesses. The gravel will be utilized as mineral construction materials, which are essential for various defense-related construction projects. Interested vendors should direct their inquiries to Kieron Seignoret at kieron.i.seignoret.civ@mail.mil or Wesley Sawyer at wesley.m.sawyer3.civ@mail.mil, with proposals due in accordance with the solicitation timeline outlined in the announcement.