Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2025 SAM #8684
SOLICITATION NOTICE

96 -- Cobalt Cut Cathode / Rounds

Notice Date
9/3/2025 7:25:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331410 — Nonferrous Metal (except Aluminum) Smelting and Refining
 
Contracting Office
DCSO COLUMBUS DIVISION #3 FORT BELVOIR VA 22060-6223 USA
 
ZIP Code
22060-6223
 
Solicitation Number
SP8000-25-R-0015
 
Response Due
9/11/2025 9:00:00 AM
 
Archive Date
09/26/2025
 
Point of Contact
Christine Boyer, Phone: 6146927389, Rachel Leak
 
E-Mail Address
christine.boyer@dla.mil, Rachel.Leak@dla.mil
(christine.boyer@dla.mil, Rachel.Leak@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
********************************************************************************** Amendment 0004 is issued to: Post answers received to vendor proposed questions Extend the closing date to September 11, 2025. Proposals are now due by 12:00 p.m. (EST) time on September 11, 2025. Electronic proposals must be submitted via e-mail to BOTH Christy Boyer at Christine.Boyer@dla.mil, and Rachel Leak at Rachel.Leak@dla.mil. Facsimile proposals will not be accepted. Provide an updated SOW Provide an updated CLIN Structure Correct section of the evaluation criteria from: Subfactor 1.1 Material Description - The government will evaluate the specifications/standards that the offeror can produce, and compliance with section 4.1.1., 4.1.2, 4.1.3, 4.1.4, and 4.1.5 of the SOW. to: Subfactor 1.1 Material Description - The government will evaluate the specifications/standards that the offeror can produce, and compliance with section 4.1.1., 4.1.2, 4.1.3, 4.1.4, and 4.1.5 of the SOW. If option 4 under 4.1.1 is utilized a source for material, at least 2 letters of support from US-based aerospace alloy manufacturers for qualification for rotating parts must be provided. *********************************************************************************** Amendment 0003 is issued to extend the solicitation closing date to September 9, 2025. Answers to vendor proposed questions will be posted via separate amendment. Proposals are now due by 3:00 p.m. (EST) time on September 9, 2025. Electronic proposals must be submitted via e-mail to Christy Boyer at Christine.Boyer@dla.mil, and Rachel Leak at Rachel.Leak@dlla.mil. Facsimile proposals will not be accepted. *********************************************************************************** Amendment 0002 is issued to add the following text to the description, ""All questions related to this solicitation must be submitted via e-mail to Christy Boyer at Christine.Boyer.dla.mil, and Rachel Leak at Rachel.Leak@dla.mil by 12:00pm EDT, August 26, 2025. Responses will be posted via a solicitation amendment."" Closing date is unchanged. *********************************************************************************** Amendment 0001 is issued to update the Statement of Work (SOW). New SOW attached to this posting which corrects sections 5.5.1. and 5.5.2. Closing date is unchanged. ***************************************************************************** This is a solicitation for the acquisition of commercial items using FAR Part 12 (Acquisition of Commercial Products and Commercial Services), FAR Part 15 (Contracting by Negotiation), FAR 16.5 (Indefinite-Delivery Contracts). This solicitation is for a long term, Indefinite Delivery Indefinite Quantity (IDIQ) utilizing firm-fixed pricing. The duration of the acquisition will be five (5) years and is issued under �Full and Open Competition� using FAR 6.102. This acquisition is for cobalt cut cathode / rounds. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. This combined synopsis/solicitation reference # SP8000-25-R-0015, is being issued as a request for proposal (RFP). DLA Contracting Services Office - Columbus Division 3 (DCSO-C3) intends to award and administer an IDIQ contract with five (5) base years. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through the: Federal Acquisition Circular 2025-02, effective January 03, 2025. Defense Federal Acquisition Regulation Supplement (DFARS) effective January 17, 2025. Defense Logistics Agency Directive (DLAD) PROCLTR 2025-15, effective April 3, 2025 The complete text of any of the clauses, provisions and DLAD notes may be accessed in full at https://www.acquisition.gov/ and http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx. This acquisition is NOT set aside for small businesses. The applicable NAICS code is 331410 - Nonferrous Metal (except Aluminum) Smelting and Refining with a size standard of 1,000 employees. The Defense Logistics Agency (DLA) by and through DCSO-C3 intends to award a contract minimum of $2,000,000 and a contract maximum of up to $500,000,000 of cobalt cut cathode / rounds. The Government reserves the right to award less than the maximum dollar value. All Cobalt to be delivered under any resulting contract shall have a form and packaging conducive to long-term storage in an enclosed Government warehouse per the Statement of Work (SOW). Payment Terms: Net 30 The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and its Addendum, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Products and Commercial Services, applies to this acquisition. In accordance with (IAW) FAR 15-101-2(b)(1), the evaluation factors listed within the clause will be used to evaluate all proposals submitted. Contract award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors (Technical Acceptability and Past Performance). A completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services, applies to this acquisition and shall be submitted with the vendor�s offer if not available through SAM at https://www.sam.gov. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Products and Commercial Services, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services, applies to this acquisition. Potential offerors are hereby notified that this notice and subsequent amendments to the notice will only be available by downloading the documents at the SAM.gov Website at http://www.sam.gov. This office will not issue hard copy solicitations. By submitting a response to this notice, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. The Offeror shall mark each page of its quote with the legend �Source Selection Information � See FAR 2.101 and 3.104.� This includes the cover page and every page that may contain source selection information. Note that the Offeror has an independent requirement to mark anything deemed to be bid or quote information, protected proprietary information, or other information that is to be protected from disclosure to ensure that the information is protected. Contract Line Item Numbers (CLINs) and Quantities (See Attachment 1-Section B): CLIN 0001 � Rotating Grade Cobalt Metal* *includes packaging and shipping PSC/Material Code: 9650/N00007578 Unit of Issue: Pounds Period of Performance (PoP): 9/30/2025 � 9/30/2030 Delivery Period: 24 Months FOB/Inspection/Acceptance: Destination Pricing Terms: FFP IDIQ with 5 (five) base years CLIN 0002 � Material Testing PSC/Material Code: 9650/N00007578 Unit of Issue: Pounds Period of Performance (PoP): 9/30/2025 � 9/30/2032 Delivery Period: 24 Months FOB/Inspection/Acceptance: Destination Pricing Terms: FFP IDIQ with 5 (five) base years It is anticipated that a commercial contract will be awarded for the Cobalt requirement because of this combined synopsis/solicitation notice. The award will be based on the evaluation of proposals submitted in response to this combined synopsis/solicitation utilizing lowest price, technically acceptable (LPTA) procedures. Proposals are due by 3:00 p.m. (EST) time on August 29, 2025. Electronic proposals must be submitted via e-mail to Christy Boyer at Christine.Boyer@dla.mil, and Rachel Leak at Rachel.Leak@dla.mil. Facsimile proposals will not be accepted. PLACE OF CONTRACT PERFORMANCE: Contractor Facility SET-ASIDE STATUS: UNRESTRICTED Other Acquisition Notes: 1. Selection of an offeror for contract award will be made based on an assessment of each offeror�s response to this combined synopsis/solicitation notice. As a combined synopsis/solicitation notice based on the lowest price technically acceptable, (IAW FAR 15.101-2) that submits a proposal that conforms with the technical requirements of the solicitation and the price can be found fair and reasonable. The technical evaluation team will review the technical acceptability and past performance and determine whether the proposals meet or exceed the acceptability standards for the non-cost factors. For a rating of acceptable, all evaluation factor aspects must be addressed sufficiently. Please see 52.212-2 �Evaluation-Commercial Products and Commercial Services� for complete information. 2. Contractor must be registered in �System for Award Management� (SAM) before proposal submission. Check the following SAM website link for registration and/or SAM expiration date, www.sam.gov. Submit SAM�s certification with your proposal. Proposals and SAM certification dates must match. No award will be made to a Contractor not registered in the System for Award Management (SAM). In addition, the Contractor�s Representations and Certification must be listed in the SAM database. The Contractor must maintain an ACTIVE status in SAM prior to award and throughout the life of this contract. Invoices will be paid using the financial information provided in the Contractor�s SAM profile. Failure to keep an ACTIVE status may result in payment delays and other administrative delays. 3. INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT INFORMATION a. Contract Period. The intended award will be a five (5)-year, firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The pricing for each delivery order (DO) will be established in the initial IDIQ. The Government will evaluate price reasonableness for the IDIQ in accordance with FAR 15.4004 and DFARS PGI 215-404 and reserves the right to request other than certified cost or pricing data as necessary. b. The Government intends to acquire the following total minimum and maximum quantity of services under this contract: Minimum: $2,000,000 (guaranteed) Maximum: $500,000,000 c. The Statement of Work (SOW) found in Attachment 2 of this combined synopsis/solicitation represents the scope of supplies required under this intended IDIQ contract. d. Issuance of Delivery Orders. All requirements for supplies will be ordered as delivery orders that are fixed price at the time of award of the IDIQ. Delivery Orders will be issued to the IDIQ contract holder (awardee) based on pricing established by this IDIQ contract. Any DLA Contracting Services Office (DCSO) warranted Contracting Officer, within the limits of their warrants, may award and administer a delivery order for supplies covered by the IDIQ contract. Delivery Orders will most likely be placed by the DLA Contracting Services Office � Columbus (DCSO-C3). e. ESTIMATED QUANTITES: These are the estimated quantities the Government expects to order during each contract year. Please review section 2 (Scope of Work) table 1 for the estimated yearly quantities for Cobalt Cut Cathode/Rounds. d. DELIVERY: Delivery is 24 months from the issuance of each delivery order (DO). Unless otherwise specified, the proposal will be deemed to offer delivery in accordance with the required schedule. 4. COMPLETE PROPOSAL INSTRUCTIONS In addition to the requirements at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services, please note the following additional proposal submission instructions. Offerors shall provide the following documents as a part of your proposal: a. Cover Letter. Provide a cover letter with a unique identification number (proposal number) for your offer. A Standard Form (SF) 1449 is not used in this combined synopsis/solicitation. Therefore, include a statement in the cover letter specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information; or reject the terms and conditions of the solicitation may be rejected. Include a statement certifying the accuracy of the proposal and a signature by the principal of the firm/entity. (one (1) PDF document) b. SAM Certifications. Provide evidence showing your company has an ACTIVE registration in SAM.gov. (one (1) PDF document) c. Technical Approach. Review FAR 52.212-2 for technical acceptability considerations. (one (1) PDF document) d. Past Performance. Review FAR 52.212-2 for past performance acceptability considerations (one (1) PDF document) e. Price. In addition to providing the completed price proposal form (Attachment 1-Section B), ensure that your price proposal includes enough details so that the contracting officer can make a fair and reasonable price determination in accordance with (utilizing) the price analysis techniques found at FAR 15.404-1(b)(2). (one (1) PDF document) Proposals are due by 3:00 p.m. (EST) time on August 29, 2025. Electronic proposals must be submitted via e-mail to Christy Boyer at Christine.Boyer@dla.mil, and Rachel Leak at Rachel.Leak@dlla.mil. Facsimile proposals will not be accepted. NOTE: Proposal MUST be good for 60 calendar days after close of the notice. 1 - Section B 2 � Statement of Work 3 � Clauses and Provisions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a3e37bf9166343ec83292ffc623eb8f8/view)
 
Record
SN07577252-F 20250905/250903230049 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.