Ammonium Perrhenate (APR)
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 Defense Logistics Agency (DLA) Contracting Services Office - Columbus Division 3 (DCSO-C3) is soliciting proposals for Ammonium Perrhenate (APR). This is a long-term, multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year ordering period, utilizing fixed prices for Delivery Orders. The acquisition is conducted with Limited Competition, restricted to domestic manufacturers, and is not set aside for small businesses. Proposals are due by February 5, 2026, 12:00 PM EST.
Purpose & Scope
The objective is to establish an IDIQ ordering vehicle for the Department of Defense (DoD) to purchase Ammonium Perrhenate (APR) for the National Defense Stockpile (NDS), intended for both catalyst and metallurgical applications. The contract covers the procurement of up to 6,584 kgs of APR over five years, along with associated third-party testing services. The material must be APR/grade powder (NH4ReO4) meeting stringent specifications, including a minimum 99.95% purity and non-radioactive status. Production facilities and sampling operations must be within the Continental United States (CONUS).
Contract Details
- Contract Type: Multiple-award Indefinite Delivery Indefinite Quantity (IDIQ).
- Pricing: Firm Fixed Price (FFP) or FFP for the initial Delivery Order with Economic Price Adjustment (EPA) for subsequent orders.
- Duration: Five (5) year ordering period.
- Maximum Value: $35,000,000.00 for all IDIQs combined.
- Individual Contract Minimum: $250,000.00 (guaranteed).
- Set-Aside: Not set aside for small businesses. Limited competition to domestic manufacturers per FAR 6.302-3(b)(1)(iv)(A).
- NAICS Code: 325998 (All Other Miscellaneous Chemical Product and Preparation Manufacturing), Size Standard: 650 employees.
- Place of Performance: Contractor facilities (CONUS for production and sampling). Deliveries to DLA depots in Scotia, NY; Hawthorne, NV; or Hammond, IN.
Submission & Evaluation
- Proposals Due: February 5, 2026, 12:00 PM EST. Electronic submissions via email to Allison.Douglewicz@dla.mil.
- Questions Due: January 22, 2026, 12:00 PM EST. Submit to Allison.Douglewicz@dla.mil with "APR Solicitation Clarification Request" in the subject line.
- Evaluation Factors: Technical Acceptability, Past Performance, and Price.
- Award Basis: Lowest Price Technically Acceptable (LPTA).
- Requirements: Offerors must be registered and maintain ACTIVE status in SAM.gov, confirm FAR 52.212-3, and proposals must be valid for 180 calendar days.
Special Requirements
- Material packaging must be in new UN 1A2 compliant steel drums with specific palletizing and labeling.
- Government-approved sampling plan with witnessed sampling in CONUS, requiring 20 business days' notice.
- Chemical analysis must be performed by an independent, CONUS-based, ISO 17025 certified third-party laboratory.
- Compliance with various regulations, including the Tariff Act, Trade Act, NRC, DOT, OSHA, and EPA, is required.