Combined Synopsis/Solicitation Refractory Metal Wires
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) Strategic Materials is issuing a Combined Synopsis/Solicitation (SP8000-26-R-0007) for the purchase of Refractory Metal Wires for the National Defense Stockpile. This is a Firm-Fixed-Price (FFP) contract with a five-year delivery period, conducted under "Other Than Full and Open Competition." Proposals are due by March 20, 2026.
Scope of Work
The requirement is for various types of refractory metal wires and shapes, including TZM, W, Mo-K, W-Mo, Mo-La, and Mo wires, with specific quantities detailed in the Statement of Work (SOW). The contractor will provide management, services, personnel, and documentation for the procurement. Materials must meet stringent chemical and physical specifications (e.g., diameter tolerance, tensile strength, elongation), be non-radioactive, and suitable for long-term storage in a government warehouse. Each lot must be approximately 1,000 kg, with no commingling. Delivery is to the DLA Strategic Materials Scotia Depot in Scotia, NY.
Contract Details
- Contract Type: Firm-Fixed Price (FFP)
- Delivery Period: 5 years (maximum 60 months)
- Competition: Other Than Full and Open Competition (Justification for Other than Full and Open Competition identifies Elmet Technologies LLC as the only available domestic source).
- Set-Aside: Not set aside for small businesses.
- NAICS Code: 331410 – Nonferrous Metal (except Aluminum) Smelting and Refining (Size Standard: 1,000 employees)
- Place of Performance: Delivery to Scotia, NY.
- Key Clauses: The contract incorporates numerous FAR, DFARS, and DLAD clauses, including those related to commercial products, government entity codes, safeguarding information, Buy American Act, and electronic submission of payment requests.
Submission & Evaluation
- Proposal Due Date: March 20, 2026, 3:00 PM EST.
- Submission Method: Electronically via email to Adam Steele (Adam.Steele@dla.mil) and Iván Badillo (Ivan.Badillo@dla.mil).
- Questions Deadline: February 17, 2026, 3:00 PM EST, using the provided Q&A Matrix Template (Attachment 4).
- Evaluation Criteria: Award will be based on a responsible offeror whose proposal is technically acceptable and most advantageous to the Government, considering price and other factors. Technical Acceptability is the sole non-price evaluation factor.
- Proposal Validity: Proposals must be valid for 180 calendar days.
- Eligibility: Offerors must be registered and maintain an ACTIVE status in SAM.
Additional Notes
This is a combined synopsis/solicitation; no separate solicitation document will be issued. Offerors must mark each page of their quote with "Source Selection Information – See FAR 2.101 and 3.104." The agency will continue market research for future acquisitions.