SOLICITATION NOTICE
68 -- Lithium Aluminum Hydride
- Notice Date
- 2/5/2026 12:35:27 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325180
— Other Basic Inorganic Chemical Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660426Q0136
- Response Due
- 2/12/2026 11:00:00 AM
- Archive Date
- 02/27/2026
- Point of Contact
- Franklin Patton, Phone: 4018326525
- E-Mail Address
-
franklin.k.patton2.civ@us.navy.mil
(franklin.k.patton2.civ@us.navy.mil)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) Number is N66604-26-Q-0136. This requirement is being solicited as full-and-open competition. The North American Industry Classification System (NAICS) Code for this acquisition is 325180; the Small Business Size Standard is 1,000 employees. This requirement is being solicited as a Brand-Name or Equal requirement, as detailed in the CLIN description below. Award shall be determined on a Lowest Price, Technically Acceptable basis. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items: CLIN 0001: Quantity of fifty (50) kilograms of Lithium Aluminum Hydride (LiAlH4 or LAH acceptable abbreviations) fine crystal, either Albemarle Brand Part #: 10000104 or equivalent, packaged in units of 500g each. Packaged units should reside inside sealed inert atmosphere canisters. The contractor shall submit its technical details to meet the listed requirements. Delivery is F.O.B. Destination to Newport, RI 02841. Delivery shall occur on or before seventeen (17) weeks after receipt of award. Please include any applicable shipping charges. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13, System for Award Management Maintenance. 52.204-19, Incorporation by Reference of Representations and Certifications. 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. 52.209-11, Representation by corporations Regarding Delinquent Tax 52.212-1, Instructions to Offerors Commercial Items 52.212-4, Contract Terms and Conditions Commercial Items 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-35, Equal Opportunity for Veterans. 52.222-36, Equal Opportunity for Workers with Disabilities. 52.222-50, Combating Trafficking in Persons. 52.223-23, Sustainable Products. 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.232-8, Discounts for Prompt Payment. 52.232-11, Extras. 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. 52.232-39, Unenforceability of Unauthorized Obligations. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-1, Disputes. 52.233-3, Protest after Award. 52.233-4, Applicable Law for Breach of Contract Claim. 52.240-91, Security Prohibitions and Exclusions. 52.243-1, Changes-Fixed Price. 52.244-6, Subcontracts for Commercial Products and Commercial Services. 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form). The following DFARS clauses apply to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product. 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.204-7024, Notice on the Use of the Supplier Performance Risk System 252.211-7003, Item Identification and Valuation 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors. 252.225-7013, Duty-Free Entry. 252.225-7048, Export-Controlled Items. 252.232-7010 Levies on Contract Payments. 252.243-7001, Pricing of Contract Modifications. 252.244-7000, Subcontracts for Commercial Products or Commercial Services. 252.247-7023 Transportation of Supplies by Sea. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). In accordance with DFAR Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor Unique Entity Identification (UEID). A quote received after the closing date and time specified may be ineligible for award. The quote shall be submitted via email to the email address below and must be received on or before Thursday, 12 February 2026 at 1400 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d16daa21a8ce44dca4abf2b4f775dddd/view)
- Record
- SN07706104-F 20260207/260205230042 (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 |