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 the acquisition of Ammonium Perrhenate (APR). This is a long-term, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year ordering period, utilizing fixed prices for Delivery Orders. The acquisition is conducted under Limited Competition for domestic manufacturers, as justified under FAR 6.302-3(b)(1)(iv)(A). The total maximum value for all IDIQs combined is $35,000,000.00, with an individual contract minimum of $250,000.00. Proposals are due by February 5, 2026, at 12:00 PM EST.
Scope of Work
The contractor will provide Ammonium Perrhenate (APR) in powder form (NH4ReO4) for the National Defense Stockpile, meeting stringent specifications (min 99.95% purity, specific impurity limits, non-radioactive). The scope includes:
- Procurement and delivery of up to 6,584 kgs of APR over five years.
- Packaging in new UN 1A2 compliant steel drums with specific labeling.
- Third-party testing of APR by an independent, CONUS-based, ISO 17025 certified laboratory.
- Adherence to a government-approved sampling plan, with sampling operations witnessed within CONUS.
- Provision of a Certificate of Analysis (COA) for each production lot.
- Compliance with various regulations (Harmonized Tariff Schedule, DOT, OSHA, EPA, NRC).
- Delivery to DLA depots in Scotia, NY; Hawthorne, NV; or Hammond, IN. Production facilities must be within CONUS.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: Five (5) year ordering period.
- Contract Value: Maximum $35,000,000.00 (all IDIQs combined); Individual minimum $250,000.00.
- Pricing: Firm Fixed Price (FFP) for initial Delivery Orders, with potential for negotiated prices and Economic Price Adjustment (EPA) for subsequent orders. Annual price increases are permissible.
- Set-Aside: None (Not set aside for small businesses). Limited Competition for domestic manufacturers.
- NAICS Code: 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing (Size Standard: 650 employees).
Submission & Evaluation
- Proposal Submission Deadline: February 5, 2026, 12:00 PM EST.
- Questions Due: January 22, 2026, 12:00 PM EST.
- Submission Method: Electronic via email to Allison.Douglewicz@dla.mil. Facsimile proposals will not be accepted.
- Proposal Validity: Proposals must be valid for 180 calendar days after the close of the notice.
- Evaluation Factors: Technical Acceptability, Past Performance, and Price.
- Award Basis: Lowest Price Technically Acceptable (LPTA).
- Eligibility: Offerors must be registered and maintain active status in SAM.gov. Partial quantity offers are considered if they propose at least 34% of the annual estimated volume.
Key Clarifications & Notes
Amendment 0001, posted January 30, 2026, provided responses to vendor questions and added instructions for partial quantity offers. Clarifications include that material volumes refer to total weight, not rhenium contained weight. DLA will consider commodity price indexes (e.g., Argus) for EPA. The government is only required to meet the guaranteed minimum quantity. The first delivery order is expected within 48 hours of award, with contractors submitting a delivery schedule within 30 days. GDMS is an acceptable lab testing method.