ALUMINUM POWER
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center Indian Head Division (NSWC IHD) intends to award a Firm Fixed-Price (FFP) purchase order for Aluminum Powder 601-STD. This opportunity is a Small Business Set-Aside and is being procured via Request for Quotation (RFQ) no. N0017426Q1029. The material is required for energetic deliverables at NSWC IHD. Quotes are due by April 7, 2026, at 9:00 AM EST.
Scope of Work
This solicitation requires the procurement of:
- Material: 1200 pounds of AMPAL 601-STD, manufactured to Ordnance Specification (OS) 10170B Class 1.
- Packaging: Material must be packaged in 600 lbs drums, labeled with contract number, military specification number, and lot number.
- Tooling: The contractor is responsible for providing, designing, and fabricating all necessary tooling for manufacturing, testing, and inspection.
- Documentation: Required documentation includes a Safety Data Sheet (SDS) per CDRL A001 and Certification Data Report (Certificate of Analysis and Certificate of Compliance) per CDRL A002.
- Quality Control: Contractors must maintain a quality system adhering to ISO 9001:2015 standards and ensure calibration of measuring equipment to ISO/IEC 17025:2017.
- Homogeneity: The material must be made from a single homogeneous lot.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) purchase order.
- Set-Aside: Small Business Set-Aside.
- NAICS Code: 325199 (All Other Basic Organic Chemical Manufacturing), with a size standard of 1250 employees.
- Period of Performance: Delivery is required on or before May 29, 2026.
- Published Date: March 5, 2026.
- Quote Due Date: April 7, 2026, 9:00 AM EST.
- Questions Due Date: April 7, 2026, 9:00 AM EST. Responses will be provided by COB on April 7, 2026.
Evaluation
Award will be made to the responsible vendor whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) basis. The Government intends to evaluate quotes and award without discussions, but reserves the right to conduct discussions if deemed necessary. Evaluation factors, in order of importance, are:
- Technical: Quotes must reflect the required specifications included in the Statement of Work.
- Price: Quotes must include all applicable costs.
Submission Details
- Submission Method: Quote packages must be sent via email to Francine.l.keys.civ@us.navy.mil and marlene.l.ridgell.civ@us.navy.mil.
- Quote Package Content: Include a cover sheet with Official Company Name, Point of Contact (name and phone number), DUNS number, and CAGE Code.
- Late Quotes: Late quotes will not be considered.
Additional Notes
This solicitation incorporates FAR Subpart 12.6, FAR/DFARS clauses in effect through FAC 2020-01 and DPN 20190531. Export control regulations (ITAR) and Joint Certification Program (JCP) compliance are required. Payment will be made via Wide Area WorkFlow (WAWF).