Zinc power
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 Naval Surface Warfare Center Indian Head Division (NSWC IHD) is soliciting quotes for 3,900 pounds of conditioned Zinc Powder for use in energetic deliverables. This is a Firm Fixed-Price (FFP) purchase order under Simplified Acquisition Procedures. Quotes are due by January 28, 2026, at 8:00 AM EST.
Scope of Work
The requirement is for 3,900 lbs of conditioned zinc powder conforming to MIL-DTL-365 Rev B, as modified by DWG 1335AS286 Rev E. Key specifications include detailed chemical and granulation requirements (as per Tables 1 & 2 in the solicitation), material from a single homogeneous lot/batch, and specific packaging in 50 or 100-lb buckets. Deliverables also include a Safety Data Sheet (SDS) and a Certification Data Report (Certificate of Analysis/Compliance). A First Article must be manufactured and approved by the government prior to full production.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP) Purchase Order
- Delivery Required By: March 13, 2026
- Quote Due Date: January 28, 2026, 8:00 AM EST
- Questions Due: January 23, 2026, 8:00 AM EST
- Published Date: January 12, 2026
Eligibility & Set-Aside
This Request for Quotation (RFQ) is not designated as a small business set-aside, despite initial indications in the notice description. The NAICS code is 325180 with a 1,000-employee size standard.
Evaluation Factors
Award will be made to the responsible vendor whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) evaluation. The primary factors are:
- Technical: Quotes must reflect required specifications within the Statement of Work.
- Price: Quotes must include all applicable costs. The Government intends to award without discussions.
Special Requirements & Submission
- Technical Drawings: Must be requested via email to Francine.l.keys.civ@us.navy.mil and marlene.l.ridgell.civ@us.navy.mil by January 28, 2026, 8:00 AM EST.
- Export Control: This procurement involves unclassified controlled technical information. Offerors must be certified through the United States/Canada Joint Certification Program (JCP) by submitting a DD Form 2345 to receive technical documents.
- Cybersecurity Maturity Model Certification (CMMC): Offerors must meet the specified CMMC level (to be inserted by Contracting Officer) and have a current CMMC status in the Supplier Performance Risk System (SPRS) prior to award. CMMC Unique Identifiers (UIDs) must be provided in the proposal.
- Quote Package: Submit to francine.l.keys.civ@us.navy.mil and marlene.l.ridgell.civ@us.navy.mil. Include a cover sheet with Official Company Name, Point of Contact (name, phone), DUNS number, and CAGE Code.
Contact Information
For questions or technical drawing requests, contact Francine Keys at francine.l.keys.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.