BULK PROPELLANT
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 Department of the Navy, NSWC Indian Head Division, is soliciting quotations for Bulk Propellant chemicals, including Di(2-Ethylhexyl) Adipate, R45 HTLO, Yellow Iron Oxide, and Desmodur W. These materials are required for energetic deliverables at the Naval Surface Warfare Center Indian Head Division (NSWC IHD). Quotations are due by February 23, 2026.
Scope of Work
The contractor will be responsible for the fabrication, inspection, testing, and delivery of specific quantities of four chemicals: 420 lbs of conditioned Di(2-Ethylhexyl) Adipate, 1640 lbs of conditioned R45 HTLO, 176 lbs of Yellow Iron Oxide, and 160 lbs of conditioned Desmodur W. All materials must be from a single homogeneous lot and batch, packaged, and ready for use. The contractor must also design and provide necessary tooling for manufacturing, testing, and inspection.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Request for Quotation)
- Pricing Arrangement: Firm Fixed Price for all items.
- Delivery: FOB Destination.
- Lead Times: 6 weeks ARO for Di(2-Ethylhexyl) Adipate, R45 HTLO, and Yellow Iron Oxide; 4 weeks ARO for Desmodur W.
- Response Due: February 23, 2026, by Close of Business.
- Published: January 22, 2026.
Key Requirements
Deliverables must meet specified military and industry standards (e.g., MIL-DTL-23443C, WS 20700 Type II, MIL-I-85370(AS), Dwg 1335AS287). The contractor must maintain an ISO 9001:2015 compliant quality system, adhere to calibration standards (ANSI/NCSL Z540.3 or ISO/IEC 17025), and implement a counterfeit material prevention program (SAE AS6174A). Enhanced security controls, including a System Security Plan (SSP) and compliance with NIST 800-171, are also required. Contractors must provide Safety Data Sheets (SDS), Certificates of Compliance (COC), and Certificates of Analysis/Test for each lot.
Submission & Evaluation
Quotations are due by Close of Business on February 23, 2026. Payment requests and receiving reports must be submitted via Wide Area WorkFlow (WAWF). Evaluation criteria are not detailed in the provided solicitation document.
Set-Aside & Contacts
- Set-Aside: None specified in the solicitation.
- Primary Contact: Latrice Whitfield (latrice.t.whitfield.civ@us.navy.mil)