Zirconium Hydride
ID: W519TC-25-Q-ZHYDType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Secondary Smelting, Refining, and Alloying of Nonferrous Metal (except Copper and Aluminum) (331492)

PSC

CHEMICALS (6810)
Timeline
    Description

    The Department of Defense, specifically the Army, is seeking proposals for the procurement of Zirconium Hydride, which includes a First Article Test (FAT) and bulk material, under Solicitation Number W519TC-25-Q-ZHYD. The procurement requires a total of 2,226 pounds of Zirconium Hydride, adhering to specific military specifications (MIL-SPECS MIL-Z-21353 ZrH2) and domestic production requirements, with detailed packaging and testing standards outlined in the solicitation. This material is critical for various defense applications, emphasizing the importance of quality and compliance in the procurement process. Interested vendors must submit their quotes by May 1, 2025, no later than 12:30 PM Central Time, and are encouraged to direct any inquiries to the primary contact, Samantha Ward, at samantha.m.ward12.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a government Request for Proposal (RFP) for the procurement of Zirconium Hydride, comprising two items: a First Article Test (FAT) of Zirconium Hydride and the bulk material. The RFP includes details such as quantities, unit prices, and a total price section, with a specific emphasis on delivery schedules post-award. The contractor suggests a delivery schedule of 3 weeks after award for the FAT and 2 weeks after FAT approval for the main item. Additionally, the document requires contact details for follow-up communication. Overall, the RFP seeks to establish a clear procurement process while ensuring timely delivery of the specified materials.
    The document outlines the procurement specifications and requirements for Zirconium Hydride, aligning with the MIL-Z-21353 standard. It details essential chemical and physical requirements, including a minimum Zr+Hf content of 95.5% and hydrogen content between 1.85-2.10%. It specifies an average particle diameter of less than 10 microns and allows contractors to propose alternative testing methods to the government for approval if standard methods cannot be used. The Quality Assurance (QA) provisions mandate that contractors conduct all tests, submit a Certificate of Analysis, and provide a sample lot for initial testing. The document also emphasizes strict packaging requirements, including the use of tin-plated steel containers suitable for hazardous materials, no more than 20 pounds per container, and specific dimensions and ratings for shipping. This procurement guidance serves to ensure compliance with safety and quality standards in the supply chain for Zirconium Hydride, which is likely used in critical applications. The structured approach reflects the rigorous expectations within government RFPs and grants, emphasizing accountability and precision in material sourcing and packaging.
    The document outlines the procurement requirements for Zirconium Hydride, emphasizing that production must occur domestically. Key chemical specifications include a minimum of 95.5% for Zr+Hf and a hydrogen content between 1.85-2.10%. Physical requirements dictate an average particle diameter of less than 10 microns, with alternative testing methods subject to government approval if standard methods cannot be used. Contractors must ensure all raw materials are sourced domestically and conduct additional elemental testing for elements like Hf and Fe. Quality assurance provisions mandate that contractors perform necessary tests, provide a Certificate of Analysis for each lot, and submit a 10-pound sample before shipment. Government inspectors will perform sampling, and if samples fail testing, the entire lot may be rejected. Packaging requirements include using tin-plated steel containers, with specific thickness standards, secondary seals, and waterproofing. Containers must not exceed 20 pounds and must be packed appropriately in fiberboard cartons with a specified UN rating. The document serves as a technical guide for contractors responding to government RFPs regarding the procurement of Zirconium Hydride, ensuring compliance with rigorous testing and safety standards.
    The document outlines the requirements for Offerors responding to federal RFPs concerning covered telecommunications equipment and services, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It specifies that Offerors cannot provide covered telecommunications equipment or services in contracts with executive agencies post specific deadlines unless exempt. The Offeror must represent whether they will or will not provide such equipment or services and disclose relevant details if they respond affirmatively. The document emphasizes the need for a thorough review of excluded parties listed in the System for Award Management to ensure compliance. Key sections include definitions of relevant terms, a prohibition on procurement of covered equipment, and detailed disclosure requirements based on the Offeror's representations. This provision is aimed at enhancing security in federal contracting by prohibiting certain telecommunications technologies deemed risky. Adherence to these guidelines is essential for entities seeking federal contracts to ensure legality and integrity in governmental procurement processes.
    The document outlines the Offeror Representations and Certifications related to federal acquisitions involving commercial products and services, specifically detailing requirements for contractors regarding various criteria for eligibility and compliance. It defines critical terms such as "small business concern," "service-disabled veteran-owned small business," and "economically disadvantaged women-owned small business," providing specifications for each category. The content specifies that Offerors must verify their compliance with federal regulations pertaining to child labor, telecommunications equipment, and non-contracting with certain corporations, ensuring that all representations are accurate and updated in the System for Award Management (SAM). Offerors are required to certify their business type, including joint ventures, eligibility under small business programs, and previous contract participation. Additional requirements encompass disclosures concerning lobbying activities, tax liabilities, and business operations in specific global regions such as Sudan. Overall, the document serves as a comprehensive guide for Offerors aiming to enter into federal contracts, emphasizing transparency, accountability, and adherence to various governmental regulations in the solicitation process.
    The clause 52.223-3 outlines requirements for Hazardous Material Identification and Material Safety Data in federal contracts. It defines "hazardous material" per Federal Standard No. 313 and mandates that contractors identify any hazardous materials to be delivered, including relevant identification numbers on the Material Safety Data Sheet (MSDS). Contractors must update this list throughout the contract duration, providing a compliant MSDS for all hazardous materials prior to contract award. Any changes in material composition or federal regulations post-award must be promptly communicated to the Contracting Officer. The clause emphasizes that contractors remain responsible for safety and compliance with applicable laws and dictates the Government's rights to use hazardous material data for health and safety purposes. An alternate addendum applies to non-Department of Defense agencies, detailing additional submission and shipping requirements for MSDS. Overall, this clause ensures the safe handling of hazardous materials in government contracts, reducing risks to personnel and property.
    Lifecycle
    Title
    Type
    Zirconium Hydride
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    DESICCANT,ACTIVATED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of activated desiccant. This solicitation aims to fulfill specific requirements for the manufacture and quality assurance of the desiccant, which is crucial for moisture control in various military applications, particularly on submarines and surface ships. The contract includes stringent quality control measures, including compliance with multiple military standards and specifications, and emphasizes the importance of mercury-free materials. Interested vendors must submit their proposals by December 19, 2025, and can direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL for further information.
    Aluminum Round Bar
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for a three-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of 6061T6 Aluminum Round Bars, specifically 12 inches in diameter and 7 feet long, to support the M48A1 Large Filter Production at Pine Bluff Arsenal. The procurement requires a minimum of 40 and a maximum of 420 units, adhering to strict material standards including AMS-QQ-A-200/8 and ASTM-B221, with no drawings required as specifications are detailed in the attached product description. This contract is crucial for ensuring the availability of high-quality aluminum components necessary for military applications. Interested small businesses must submit their quotes, including the required price matrix and product description, by December 15, 2025, at 3:00 PM CST, to the primary contacts Heather Johns and Bethany Carbajal.
    68--HELIUM,HI-PURITY AN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of high-purity helium gas. This procurement is critical for various defense applications, requiring compliance with stringent quality assurance and inspection standards. The selected contractor will be responsible for delivering the helium in accordance with specified technical documentation and packaging requirements, with an emphasis on timely delivery and adherence to safety protocols. Interested vendors should contact Trevor L. Allander at 564-230-2182 or via email at TREVOR.L.ALLANDER.CIV@US.NAVY.MIL for further details, and proposals must be submitted by the deadline indicated in the solicitation.
    MIL-DTL-22200_8C AMD 1, Electrodes, Welding, Covered, Low Hydrogen, and Iron-Powder, Low-Hydrogen, Chromium-Molybdenum Alloy Steel, and Corrosion Resisting Steel
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to draft specifications for low hydrogen welding electrodes, specifically for chromium-molybdenum alloy steel and corrosion-resisting steel. This initiative aims to accommodate a variety of design solutions and processes while encouraging a broad vendor base in the welding and soldering equipment manufacturing industry. The draft document, titled MIL-DTL-222008C AMD 1, will be available for review, and interested parties can request copies by emailing CommandStandards@navy.mil. The review period for this draft will conclude on December 15, 2025, and the final document will be accessible via ASSIST Online once completed.
    13--CASE,AFTERBODY TORP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the CASE, AFTERBODY TORP, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires compliance with specific design, manufacturing, and performance standards, including quality assurance measures and inspection protocols, to ensure the product meets military specifications. The CASE, AFTERBODY TORP is critical for naval operations, emphasizing the importance of quality and reliability in defense materials. Interested vendors should reach out to Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details, with proposals expected to adhere to the outlined requirements and timelines.
    Nickel Niobium
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for a firm-fixed-price, indefinite delivery requirements contract for nickel niobium alloy, essential for steel production. The procurement aims to secure a reliable supply chain, with a total requirement exceeding 1.4 million pounds over a five-year period, and mandates strict compliance with material specifications, testing protocols, and packaging standards. This contract is particularly significant as it ensures the availability of nickel niobium, which is critical for various defense applications. Proposals are due by December 15, 2025, at 5:00 PM EDT, with questions accepted until November 25, 2025, at 10:00 AM EDT. Interested vendors should contact Charli Soren at charli.soren@dla.mil or (804) 980-5168 for further details.
    Solicitation - 6665-01-226-5589 M9 Chemical Paper
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for a firm-fixed price contract to supply M9 Chemical Paper, identified by NSN 6665-01-226-5589. This procurement requires First Article Testing (FAT) of a sample of 500 units and adherence to military packaging and marking standards, with a minimum guaranteed quantity of 28,563 rolls and a maximum of 1,368,062 rolls over a five-year period. The M9 Chemical Paper is critical for military operations, necessitating compliance with strict handling of export-controlled technical data packages and environmental regulations. Interested vendors must submit their offers electronically via SAM.gov by January 1, 2026, and can direct inquiries to Eboni Albert or Jonice Green at the provided email addresses.
    16--KIT ZERO HOUR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of a KIT ZERO HOUR, specifically NSN 1650016778235. The requirement includes a quantity of 5 units to be delivered to the DLA Distribution Depot Hill within 144 days after order placement, with the approved source being 82106 531700KD-1001. This procurement is critical for maintaining aerospace craft components and accessories, ensuring operational readiness and support for defense logistics. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Tube Assembly, Metal
    Dept Of Defense
    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.
    DISK AND HUB,COMPRE/ NSN: 2835011781065YQ/ PN: 3501852-3
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation is seeking proposals for the procurement of 12 units of "DISK AND HUB, COMPRE" (P/N 3501852-3, NSN 2835011781065YQ) under a firm fixed-price contract. The solicitation outlines specific requirements including compliance with the Buy American Act, IUID, and quality assurance standards such as AS9100 and ISO 9001:2008, with delivery expected by April 15, 2026. These components are critical for military applications, emphasizing the importance of stringent packaging and transportation standards as per MIL-STD-2073-1 and MIL-STD-129. Interested vendors must submit their quotes by December 26, 2025, at 4:00 PM CST to Jessie Payne at Jessie.payne@us.af.mil.