Nickel "S" Pellets
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 Bureau of Engraving and Printing (BEP), under the Department of the Treasury, is soliciting proposals for Nickel "S" Pellets (99.95% purity) to support its currency printing electroplating processes. This is a Total Small Business Set-Aside for a Firm Fixed-Price with Economic Price Adjustment (FFP EPA) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The solicitation specifically requires Vale's Nickel "S" Pellets due to unique specifications and the critical nature of the material for currency production.
Scope of Work
The contractor will supply Nickel Anodes - Spherical Pellets (BEP Stock Item Number: ENG1300), which are sulfur depolarized, with a silvery white lustrous finish, and a diameter of 0.24-0.55 inches. The pellets must meet stringent chemical composition requirements (e.g., Nickel >= 99.95%, specific maximums for Sulfur, Iron, Copper, and Carbon). Deliveries will be made to BEP facilities in Washington, D.C., and Fort Worth, TX, with an estimated distribution of 34 drums to each location per order. Packaging must be in metal drums (approx. 308 lbs/140 kg), palletized, and compliant with DOT and National Motor Freight Classification rules, including specific markings and barcode labels.
Contract Details
- Contract Type: FFP EPA IDIQ
- Period of Performance: Five (5) one-year ordering periods, estimated from March 13, 2026, to March 12, 2031.
- Estimated Value: Minimum guaranteed amount of $66,658.08, with a maximum not to exceed $3,332,190.40 for all ordering periods.
- Set-Aside: Total Small Business Set-Aside (NAICS 331491, Size Standard 900 employees).
- Place of Performance: Washington, D.C. and Fort Worth, TX.
Submission & Evaluation
- Offer Due Date: February 20, 2026, at 3:30 PM ET.
- Questions Due: February 17, 2026, at 12:00 PM ET.
- Submission: Electronically to Susan.Delacruz@BEP.gov and Frederick.Porter@BEP.gov. Quotes must include a Certificate of Analysis (COA) and signed SF 1449/Amendments.
- Evaluation: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Technical responses will be rated Acceptable/Unacceptable, and price will be evaluated for fairness and reasonableness.
- Price Hold: Quotes for Ordering Period 1 must be held for 60 calendar days.
Additional Requirements
Bidders must ensure their products and processes comply with all specified Environmental, Health, and Safety (EHS) requirements for purchased materials, as detailed in Attachment 1. This includes regulations concerning chemical content, emissions, waste handling, and reporting. Delivery is required within 15 calendar days after issuance of the respective order.