SOLICITATION NOTICE
96 -- Titanium Ingots Ti-CP-2 and Ti-CP-6-6-2 Solicitation
- Notice Date
- 2/19/2025 5:06:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331491
— Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
- Contracting Office
- DCSO COLUMBUS DIVISION #3 FORT BELVOIR VA 22060-6223 USA
- ZIP Code
- 22060-6223
- Solicitation Number
- SP800025Q0002
- Response Due
- 3/6/2025 12:00:00 PM
- Archive Date
- 03/21/2025
- Point of Contact
- Carrie Powers, Phone: 614-692-9916, Alicia Barrowman, Phone: 6146929640
- E-Mail Address
-
carrie.powers@dla.mil, alicia.barrowman@dla.mil
(carrie.powers@dla.mil, alicia.barrowman@dla.mil)
- Description
- (1) Action Code: N/A (2) Date: February 03,2025 (3) Year: 2025 (4) Contracting Office ZIP Code: 43213 (5) Product or Service Code: 9650 (6) Contracting Office Address: 3990 East Broad Street, Columbus, OH 43213-1152 (7) Subject: Titanium ingot procurement. (8) Proposed Solicitation Number: SP8000-25-Q-0002 (9) Closing Response Date: March 06,2025 (10) Contact Point or Contracting Officer: Contract Specialist: Carrie Powers (carrie.powers@dla.mil) Contracting Officer: Alicia Barrowman (alicia.barrowman@dla.mil) (11) Contract Award and Solicitation Number: N/A (12) Contract Award Dollar Amount: N/A (13) Line Item Number: CLIN 0001 � Mining, processing, and delivery of up to 97.5 metric tons of Titanium, (Ti-CP-2) CLIN 0002 � Mining, processing, and delivery of up to 97.5 metric tons of Titanium, (Ti-CP-6-6-2) CLIN 0003 - Testing of Titanium ingot material (14) Contract Award Date: N/A (15) Contractor: N/A (16) Description: The Defense Logistics Agency (DLA) by and through the DCSO-C3 intends to award a contract for up to 174 metric tons (MT) of Titanium as Ti CP-02 and Ti 6-6-2. The Government reserves the right to award for less than the maximum quantity. All Titanium to be delivered under any resulting contract shall be packaged and delivered using standard industry practices at a minimum. Each ingot shall be imprinted or permanently marked at top and bottom with a unique serial number that correlates to the COA. The serial number is in English, able to be read to unaided eye and able to withstand the elements for a minimum of twenty years. This procurement will additionally require sampling of the Titanium to be performed by an independent sampling subcontractor and testing of the Titanium. Any eventual contract award will require the Contractor to deliver the material to Hawthorne, Nevada. The estimated dollar value of the acquisition is $5,000,000.00. The period of performance will be 24 months from the time of award. The applicable PSC is 9650 and the applicable NAICS is 331491 (Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing and Extruding, small business size standard of 900 employees or less). This requirement will be procured using procedures from FAR Part 13.5 (Simplified Acquisition Procedures) and FAR Part 12 (Acquisition of Commercial Products and Commercial Services). Only proposals submitted from offerors registered in System for Award Management (SAM) will be considered for award under any resulting solicitation. For additional information and to register in SAM, please access the following website: https://sam.gov/ . In order to be eligible to receive an award under any resulting solicitation, an offeror must have a Unique Entity ID which may be acquired through SAM registration. All responsible sources may submit a proposal which shall be considered by the Government. (17) Place of Contract Performance: Performance locations are restricted to the United States, its outlying areas (i.e., United States Virgin Islands, Guam, American Samoa, and the Commonwealth of the Northern Mariana Islands), or Canada. The Contractor shall deliver the Titanium to the Hawthorne Army Depot, Hawthorne, Nevada. (18) Set-aside Status: Unrestricted, solicited on an �other than full and open competition� basis. All Titanium procured under any resulting contract shall be sourced (i.e., mined) and processed exclusively in the United States, its outlying areas, or Canada. ************************************ 02/13/2025 Amendment 0001 is being posted to answer questions received during the question period, correct minor errors in the solicitation, and to update the SOW. The updated SOW is included in amendment 0001 and supersedes the SOW listed in the solicitation. The solicitation close date is NOT extended. Any submitted quote MUST include the signed amendment. ************************************ 02/19/2025 Amendment 0002 is being posted to answer additional question received The solicitation close date is NOT extended. Any submitted quote MUST include the signed amendment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a4f5ea84c38e4d84a5a615fb6b14fe97/view)
- Record
- SN07347250-F 20250221/250219230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |