Zirconium Hydride
ID: W519TC24QZIRCType: Sources Sought
Overview

Buyer

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

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

CHEMICALS (6810)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government Request for Proposal (RFP) for the procurement of Zirconium Hydride, specifically 1816 pounds required by the Crane Army Ammunition Activity (CAAA). The delivery process is structured into two phases: an initial 10 pounds for First Article Testing (FAT) to be delivered within 45 days of contract award, followed by weekly deliveries of the remaining material in 44-pound increments until January 2025. At that point, the delivery rate will increase to 220 pounds weekly until the total is fulfilled. The Zirconium Hydride must conform to the Mil-Spec MIL-Z-21353 standards. Additionally, the document specifies detailed delivery instructions, including appointment protocols to ensure compliance during delivery hours. This RFP emphasizes the urgency in meeting defense manufacturing needs while adhering to strict operational standards for delivery logistics, thereby illustrating the critical nature of timely and compliant material provision within government contracts.
    The Crane Army Ammunition Activity is issuing a request for proposals (RFP) concerning the procurement of Zirconium Hydride under contract number W519TC-24-Q-ZIRC. The document outlines a comprehensive list of regulations and clauses that must be adhered to, covering various aspects such as subcontracting restrictions, compliance with the System for Award Management, and regulations regarding telecommunications equipment. Key clauses include mandates for small business set-asides, equal opportunity provisions, measures to combat trafficking in persons, and safeguarding of covered defense information. Emphasis is also placed on compliance with environmental regulations and promoting sustainability through the use of recovered materials. Notably, the document indicates protections against contracting with certain entities, particularly relating to cybersecurity and telecommunications. This RFP reflects the federal government’s commitment to transparency, responsible sourcing, and promoting small business participation in government procurements.
    This document outlines the provisions related to telecommunications and video surveillance services or equipment for government contracts, specifically as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It establishes that offerors must represent whether they provide or use covered telecommunications equipment or services. Key points include the prohibition against federal entities contracting with those who use such items as essential components and instructions for offerors to review the System for Award Management (SAM) for relevant exclusions. The document further details the disclosure requirements for offerors who either provide or utilize covered services or equipment, requiring information about the entities involved, a description of the equipment or services, and explanations to verify compliance with the prohibitions. The overall purpose is to protect government systems from potential risks associated with certain telecommunications technologies, ensuring transparency in contractor engagements within federal procurement processes. The language and structure of the document follow a formal regulatory format typical of government contracts, emphasizing compliance and risk management.
    The document outlines the Offeror Representations and Certifications required for commercial products and services in federal procurement. It details the obligations of offerors, particularly in completing representations based on their electronic certifications through the System for Award Management (SAM). The provision encompasses various definitions, including economically disadvantaged women-owned small businesses, small business concerns, and service-disabled veteran-owned businesses. It mandates the offeror to certify compliance regarding the use of certain technologies, child labor laws, and federal tax liabilities, alongside representations related to foreign products and business operations in sensitive areas like Sudan and Iran. Additionally, it includes certifications related to labor standards and greenhouse gas emissions for entities receiving substantial federal contract awards. The document aims to ensure that offerors are compliant with federal regulations regarding business integrity, source of products, and diversity in business assumptions, ultimately enhancing accountability and transparency in federal contracting processes.
    The document establishes requirements for the identification and management of hazardous materials in contracts, as outlined in clause 52.223-3, effective February 2021. It defines "hazardous material" based on Federal Standard No. 313 and mandates that offerors list any such materials to be delivered under the contract, complete with relevant identification numbers. Offerors must also provide Material Safety Data Sheets (MSDS) for these materials before contract award, complying with federal safety regulations. During the contract's execution, contractors are required to update the list of hazardous materials as necessary and alert the Contracting Officer to any changes affecting the submitted data. The Government retains rights to use and share data related to these materials for safety, medical treatment, and compliance purposes. For contracts not awarded by the Department of Defense, additional MSDS submission requirements are included, ensuring that safety documentation accompanies shipments of hazardous materials. This clause emphasizes the contractor's responsibility to adhere to all relevant laws regarding hazardous substances and maintains the focus on safety for personnel and the environment.
    The document presents the Federal Acquisition Regulation (FAR) clause 52.212-5, which specifies contract terms and conditions that contractors must comply with when acquiring commercial products and services. It lists mandatory FAR clauses that implement various statutes and executive orders, such as prohibitions on confidentiality agreements, contracting for specific products from certain sources, and requirements regarding labor standards and small business utilization. The clause includes provisions for the Comptroller General's access to contractor records, requirements for subcontract clauses, and guidelines for compliance with labor laws, including minimum wage and sick leave under executive orders. Additionally, the document outlines the flow-down requirements of selected clauses to ensure legal and ethical compliance in subcontracting. This structure underscores the government's commitment to maintaining standards and accountability in federal procurement processes while facilitating participation from small business concerns. Overall, this FAR clause is crucial for ensuring that contractors adhere to federal laws and regulations in their business operations.
    The document MIL-Z-21353 (Nord) outlines the military specification for powdered zirconium hydride intended for use in military pyrotechnics. It details one classification of zirconium hydride and references applicable federal specifications, military standards, and regulations concerning packaging and transportation of explosive materials. Key requirements specify the chemical composition and physical properties of zirconium hydride, mandating at least 95.5% zirconium plus hafnium and controlling hydrogen content to a maximum of 2.10%. Furthermore, the average particle diameter must be less than 10 microns. The supplier must ensure inspection and quality control procedures before government acceptance, with detailed protocols for chemical and physical testing outlined. Packaging specifications include hermetically sealed containers aligned with regulations for hazardous materials, with explicit warnings against water contact due to its reactivity. Finally, the document emphasizes a structured approach to resubmission and retesting of rejected lots, underscoring the importance of compliance with standards, marking, and packaging for safe and effective delivery to military users. This specification supports the strategic sourcing and material safety in military applications.
    The document pertains to a government solicitation by the Crane Army Ammunition Activity for the procurement of Zirconium Hydride, identified by Solicitation Number W519TC-24-Q-ZIRC. It outlines two Contract Line Item Numbers (CLIN), specifically for the Firm Fixed Price (FFP) of Zirconium Hydride, with a focus on two distinct quantities: a Functionality Acceptance Test (FAT) delivery of 10 pounds within 45 days and an additional delivery of 1,816 pounds within 75 days. The proposal emphasizes that the detailed quantity delivery schedule will be discussed prior to the award. Notably, the document is structured to include sections for contractor details, proposal version and date, and small business status, indicating a standard format for government requests for proposals. The primary objective of this RFP is to solicit bids from contractors for the provision of specialized materials, contributing to military readiness and operations. Overall, the document illustrates the procedural requirements of federal solicitations and the associated conditions for potential contractors.
    This document outlines a Request for Quote (RFQ) for the procurement of Zirconium Hydride, specifically 10 pounds for First Article Testing and an additional 1816 pounds for general use, adhering to MILSPECS MIL-Z-21353 ZrH2. The solicitation number is W519TC-24-Q-ZIRC, published under FAR Part 12 for commercial items, and is set aside for small businesses with a size standard of 650 employees. Offers must comply with submission requirements, including pricing, material safety data, and various clauses as detailed in the attached documents. Delivery is to Crane Army Ammunition Activity in Indiana, staggered over several months upon award, with a firm fixed-price contract anticipated. The evaluation criteria will be based on technical acceptability and the lowest total price. The deadline for proposals is September 23, 2024, at 12:00 p.m. Central Time, after which questions must be submitted by September 19, 2024. This procurement emphasizes the government’s need for compliant and timely supply of materials, contributing to national defense objectives.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Zirconium Hydride
    Currently viewing
    Sources Sought
    Similar Opportunities
    Zr 702 Purchase of 36 Pieces
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to United Titanium for the purchase of 36 pieces of Zirconium 702 stock. The procurement involves supplying approximately 108 inches of 13-inch diameter Zirconium 702 bars, along with machining services to meet specific operational requirements of the Navy. This material is critical for various defense applications, and the contractor is expected to deliver the items within four weeks post-award, with the anticipated award date set for December 2, 2024. Interested vendors must respond by October 2, 2024, at 10 AM (EST) and can direct inquiries to Natella Calliste at natella.k.calliste.civ@us.navy.mil.
    Gypsum, Dead Burned Anhydrous Type
    Active
    Dept Of Defense
    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).
    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.
    Brand Name Custom 465 Material manufactured by Carpenter Technology
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses to procure Brand Name Custom 465 welding wire manufactured by Carpenter Technology. The procurement involves acquiring 500 pounds of this specialized wire, specified at a diameter of 0.062 inches, which must meet Aerospace Material Specification (AMS) 5936 standards and be delivered in 12-inch precision layer wound spools. This material is crucial for aerospace manufacturing applications, ensuring compliance with rigorous industry specifications for military use. Proposals are due by 4:00 PM EST on September 24, 2024, and must be submitted electronically to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil, with all submissions adhering to the requirements outlined in the Statement of Work and CLIN Structure.
    Shielded Mild Detonating Cords
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Weapon Systems Support office, is seeking proposals for the procurement of Shielded Mild Detonating Cords (SMDC), which are critical components in military applications involving explosives. The procurement is restricted to specific manufacturers, namely Pacific Scientific Energetic Materials Company and Rockwell Collins, and includes stringent requirements for safety and compliance with military specifications. The solicitation process is ongoing, with the latest deadline for proposal submissions set for October 10, 2024, at 2 PM Eastern Time. Interested parties can reach out to Ashley Leonard at ashley.leonard@navy.mil or by telephone at 717-605-1686 for further details and clarification on the solicitation requirements.
    Electric Matches (E-Matches)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of lead-free Electric Matches (E-Matches) with 36" lead wires, intended for use at the Crane Army Ammunition Activity in Indiana. The contract includes a base year with two option years, requiring a total quantity of 4,800 matches per year, with specifications for match head, wire wrap, wire color, shroud, and wire end. This procurement is crucial for ensuring the availability of reliable pyrotechnic components for defense applications. Interested contractors must submit their proposals by September 25, 2024, and can direct inquiries to Jessica Litwiler or Bryce Willett via their provided email addresses.
    GUY; CARRIER PERS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Carrier, Pers M-113A1, M-113A2, and M-113A3, with the National Stock Number (NSN) 4010-01-072-4414. This solicitation is for an Indefinite Quantity Contract with an estimated annual quantity of 9,728 units over a five-year term, requiring delivery within 120 days after receipt of order. The items are classified as Critical Application Items and are subject to Export Control regulations, emphasizing their importance in defense operations. Interested small businesses must submit their proposals by fax to (804) 279-4165, with the solicitation expected to be issued around August 29, 2024, and closing on or about September 30, 2024. For further inquiries, contact Dorothy Ferebee at Dorothy.Ferebee@dla.mil or by phone at 804-279-3540.
    10--CENTER SECTION,AMMU
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of the Center Section, Ammunition (NSN 1015014816419). The solicitation includes a requirement for seven units, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000, with an estimated four orders per year. This procurement is crucial for maintaining the supply of small arms and ordnance accessories, which are vital for military operations. Interested vendors should submit their quotes electronically, and any inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Alloy Steel Raw Material 4340 IAW AMS 6414
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of Alloy Steel Raw Material 4340 in accordance with AMS 6414 specifications. The requirement includes the supply of three rough machined alloy steel forgings, which are critical for manufacturing safety items related to aircraft launch and recovery systems. This procurement is essential for ensuring the reliability and safety of military operations, with the government emphasizing compliance with strict material and testing standards. Proposals are due by 4:00 PM EST on October 4, 2024, and must be submitted electronically to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil. Interested parties should ensure their SAM.gov registration is active at the time of submission.
    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.