SOLICITATION NOTICE
96 -- Consultant for Tungsten Ores & Concentrates
- Notice Date
- 9/10/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense National Stockpile Center, 8725 John J. Kingman Road Suite 3229, Fort Belvoir, VA, 22060-6223
- ZIP Code
- 22060-6223
- Solicitation Number
- Reference-Number-DNSC-04-MR-0404
- Response Due
- 9/25/2004
- Archive Date
- 10/10/2004
- Point of Contact
- Jennifer Iribarren, Contracting Officer, Phone 703-767-5487, Fax 703-767-5484, - Danny Lester, Contract Specialist, Phone 703-767-5482, Fax 703-767-5494,
- E-Mail Address
-
jennifer_iribarren@hq.dla.mil, danny_lester@hq.dla.mil
- Description
- This a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Defense National Stockpile Center (DNSC) maintains a quantity of tungsten ores and concentrates (O&C) as part of the National Defense Stockpile. The Government seeks to obtain a study and analysis of the economic feasibility of maintaining the tungsten in its present form or upgrading and/or converting the material to other forms in order to increase its marketability. The study and analysis must compare the marketability of each such form with the marketability of the tungsten in its present forms. For each upgraded form, the study must provide analysis and recommendations as to the manner in which the Government should procure such upgrading; including analysis and recommendation of how the upgrading should be funded. The tungsten O&C was purchased by the Government in or about 1950. The current quantity as of July 2004 is 115,173,855 bulk pounds. The tungsten O&C is stored in variously sized drums, ranging from 15 gallon to 55 gallon. Please contact Mr Danny Lester at 703-767-5482 for the weight by type, the Government storage depot, bulk weight (pounds), net weight (pounds W), number of lots, and average analysis (percent WO3) and for a listing of the storage locations, with addresses and points of contact. Analyses of the tungsten were performed in recent years by independent laboratories for content, in percent by weight, of the following: tungsten oxide (WO3), tin (Sn), copper (Cu), arsenic (As), antimony (Sb), bismuth (Bi), molybdenum (Mo), phosphorus (P), sulfur (S), lead (Pb), zinc (Zn), calcium (Ca), manganese (Mn), iron (Fe), sodium (Na), potassium (K), beryllium (Be), magnesium (Mg), barium (Ba), titanium (Ti), vanadium (V), chromium (Cr), cobalt (Co), nickel (Ni), niobium/columbium (Nb/Cb), tantalum (Ta), cadmium (Cd), aluminum (Al), silicon (Si), thorium (Th), and uranium (U). The complete analyses for the material will be provided to the Contractor at the time of contract award. Requirements: Review the current inventory of and analytical data for each type of National Defense Stockpile tungsten O&C (ferberite, hubnerite, wolframite, scheelite and synthetic scheelite) giving consideration to the potential of upgrading or maintaining the material as O&C. Evaluate the feasibility of upgrading each of these types to each other and include an estimate of the cost for each upgrade. Evaluate the domestic and international markets, both current and for the reasonably foreseeable future, for the O&C in its present form, and for the possible upgraded forms of tungsten, (including, but not limited to, ammonium paratungstate (APT), oxide, metal powder, ferro, etc.). Evaluate and analyze the advantages and disadvantages of the marketability of each of the upgraded forms and for the O&C in its present form. Provide a recommendation and rationale for which type or types of the O&C currently in the National Defense Stockpile, and what percentage of each type should be upgraded or should not be upgraded. Provide an analysis of the impact of such an upgrade program on the domestic tungsten industry. Provide an analysis of the economic and strategic advantages and disadvantages of each upgraded form or forms recommended. Evaluate, analyze and provide a recommendation of how and where an upgrade program should be accomplished, i.e., domestically or in a foreign country, and if outside the United States, specify in which country or countries. Analyze and recommend how an upgrade program should be procured and funded (including, but not limited to, tolling, payment in kind, on a consignment basis, or acquisition). The requirement is solicited on an open market basis for potential set-aside to a small business. The following FAR Part 12 clauses apply: 1) FAR 52.212-1, Instructions to Offerors-Commercial Items (no additional instructions other than noted above), 2) 52.212-4, Contract Terms and Conditions; 3) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, additional terms: 52.222-26, 52.222-35, 52.222-36, 52.222-37; 4) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, additional terms: 252.225-7001, 252-227-7015, 252.233-7000; 5) A completed copy of FAR 52.212-3 and DFAR 252.212-700, Offeror Representations and Certifications-Commercial Items must be submitted with offer. Payment will be made to Defense Finance and Accounting Service, Columbus, OH. For more information please contact Jennifer Iribarren, Contracting Officer at 703-767-5487 or Danny Lester, Contract Specialist at 703-767-5482.
- Place of Performance
- Address: This requirement has various places of performance.
- Record
- SN00669558-W 20040912/040910211550 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |