SOLICITATION NOTICE
59 -- NdFeB Magnet Block IDIQ
- Notice Date
- 10/17/2025 6:20:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- DCSO COLUMBUS DIVISION #3 FORT BELVOIR VA 22060-6223 USA
- ZIP Code
- 22060-6223
- Solicitation Number
- SP8000-25-R-0022
- Response Due
- 10/31/2025 12:00:00 PM
- Archive Date
- 11/15/2025
- Point of Contact
- Christine Boyer, Phone: 6146932547, Alicia Barrowman, Phone: 6146937520
- E-Mail Address
-
christine.boyer@dla.mil, alicia.barrowman@dla.mil
(christine.boyer@dla.mil, alicia.barrowman@dla.mil)
- Description
- (1) ACTION CODE: Purchase Requisition (PR): 7012602463 (2) DATE: OCTOBER 17, 2025 (3) YEAR: 2025 (4) CONTRACTING OFFICE ZIP CODE: 43218 (5) PSC: 5999 (6) CONTRACTING OFFICE ADDRESS: DLA Contracting Services Office (DCSO) Columbus Division #3 3990 East Broad Street Columbus, Ohio 43218 USA (7) SUBJECT: NdFeB Magnet Block (8) SOLICITATION NUMBER: SP8000-25-R-0022 (9) CLOSING RESPONSE DATE: OCTOBER 31, 2025 (10) CONTACT POINT OR CONTRACTING OFFICER: Christy Boyer, Contract Specialist Christine.Boyer@dla.mil, Alicia Barrowman, Contracting Officer Alicia.Barrowman@dla.mil, (11) CONTRACT AWARD NUMBER: TBD (12) CONTRACT AWARD DOLLAR AMOUNT: $200,000,000.00 Max Value for IDIQ (13) LINE-ITEM NUMBERS: 0001, 0002, 0003, 0004, (14) CONTRACT AWARD DATE: TBD (15) CONTRACTOR: TBD This is a solicitation for the acquisition of commercial items using FAR Part 12 (Acquisition of Commercial Products and Commercial Services) and FAR Part 15 (Contracting by Negotiation). This solicitation is for a long term, Indefinite Delivery Indefinite Quantity (IDIQ) contract utilizing firm fixed price for the first Delivery Order only, as proposed/agreed upon in Table #1 of Attachment 1. Fair Opportunity procedures for the Issuance of additional Delivery Orders: These can be issued using lowest price technically acceptable (LPTA) procedures, Best Value tradeoff procedures or the Government could initiate a direct award in the interest of Industrial Mobilization or any other method stated in the Delivery Order Solicitation. Evaluation factors will be determined at the delivery order level. The IDIQ Ordering Period will be five (5) years and is issued under �Other than Full and Open Competition� using FAR 6.302-3(a)(2)(i). This acquisition is for four grades of NdFeB: N38EH, N45SH, N48SH and N52. The Government intends to award 3 initial IDIQ contract(s) resulting from this solicitation to domestic vendor(s) that are capable of producing NdFeB Magnet Block in the United States or the outlying areas of the United States. The Government also reserves the right to award less than 3 IDIQ awards, a single IDIQ award, or make no award. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested, and a written solicitation will not be issued. This combined synopsis/solicitation reference # SP8000-25-R-0022, is being issued as a request for proposal (RFP). DLA Contracting Services Office - Columbus Division 3 (DCSO-C3) intends to award and administer IDIQ contract(s) with a five (5)-year base ordering period. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through the: Federal Acquisition Circular 2025-04, effective June 11, 2025. Defense Federal Acquisition Regulation Supplement (DFARS) effective January 17, 2025. Defense Logistics Agency Directive (DLAD) PROCLTR 2025-15, effective April 3, 2025 The complete text of any of the clauses, provisions and DLAD notes may be accessed in full at https://www.acquisition.gov/ and http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx. This acquisition is NOT set aside for small businesses. The applicable NAICS code is 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing, with a size standard of 750 employees. The Defense Logistics Agency (DLA) intends to award 3 IDIQ contracts with a guaranteed contract minimum of $3,000,000 and a contract maximum / ceiling of up to $200,000,000 for NdFeB Magnet Block in grades, N38EH, N45SH, N48SH and N52. The government reserves the right to award less than the maximum dollar value. The Government also reserves the right to award more or less than 3 IDIQs, or make no award. All NdFeB Magnet Block to be delivered under any resulting contract shall have a form and packaging conducive to long-term storage in an enclosed government warehouse per the Statement of Work (SOW). Payment Terms: Net 30 The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and its Addendum, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Products and Commercial Services, applies to this acquisition. A completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services, applies to this acquisition and shall be submitted with the vendor�s offer if not available through SAM at https://www.sam.gov. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Products and Commercial Services, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services, applies to this acquisition. Potential offerors are hereby notified that this notice and subsequent amendments to the notice will only be available by downloading the documents at the SAM.gov Website at http://www.sam.gov. This office will not issue hard copy solicitations. By submitting a response to this notice, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. The Offeror shall mark each page of its quote with the legend �Source Selection Information � See FAR 2.101 and 3.104.� This includes the cover page and every page that may contain source selection information. Note that the Offeror has an independent requirement to mark anything deemed to be bid or quote information, protected proprietary information, or other information that is to be protected from disclosure to ensure that the information is protected. Contract Line Item Numbers (CLINs) and Quantities (See Attachment 1-Section B): CLIN 0001 � NdFeB grade N38EH PSC/Material Code: 5999/N30000817 Unit of Issue: KG Ordering Period: 5 years Delivery Period: 12 Months FOB/Inspection/Acceptance: Destination Pricing Terms: IDIQ with each DO updated negotiated pricing CLIN 0002 � NdFeb grade N45SH PSC/Material Code: 5999/N30000817 Unit of Issue: KG Ordering Period: 5 years Delivery Period: 12 Months FOB/Inspection/Acceptance: Destination Pricing Terms: IDIQ with each DO updated negotiated pricing CLIN 0003 � NdFeB grade N48SH PSC/Material Code: 5999/N30000817 Unit of Issue: KG Ordering Period: 5 years Delivery Period: 12 months FOB/Inspection/Acceptance: Destination Pricing Terms: IDIQ with each DO updated negotiated pricing CLIN 0004 � NdFeB grade N52 PSC/Material Code: 5999/N30000817 Unit of Issue: Kg Ordering Period: 5 years Delivery Period: 12 Months FOB/Inspection/Acceptance: Destination Pricing Terms: IDIQ with each DO updated negotiated pricing Please see sections L and M for the evaluation factors. Proposals are due by 3:00 p.m. (EST) on October 31, 2025 Electronic proposals must be submitted via e-mail to Christy Boyer at Christine.Boyer@dla.mil, and Alicia Barrowman at Alicia.Barrowman@dla.mil. Facsimile proposals will not be accepted. (17) PLACE OF CONTRACT PERFORMANCE: Contractor Facility (18) SET-ASIDE STATUS: UNRESTRICTED Other Acquisition Notes: 1. Selection of an offeror or offerors for contract award will be made based on an assessment of each offeror�s response to this combined synopsis/solicitation notice. Please see sections L and M for complete evaluation information. 2. Contractor must be registered in �System for Award Management� (SAM) before proposal submission. Check the following SAM website link for registration and/or SAM expiration date, www.sam.gov. Submit SAM�s certification with your proposal. Proposals and SAM certification dates must match. No award will be made to a Contractor not registered in the System for Award Management (SAM). In addition, the Contractor�s Representations and Certification must be listed in the SAM database. The contractor must maintain an ACTIVE status in SAM prior to award and throughout the life of this contract. Invoices will be paid using the financial information provided in the contractor�s SAM profile. Failure to keep an ACTIVE status may result in payment delays and other administrative delays. 3. INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT INFORMATION a. Contract Period. The intended award will be a five (5)-year, Indefinite Delivery Indefinite Quantity (IDIQ) contract with the pricing for the first delivery order (DO) as Firm Fixed Price (FFP) and subsequent delivery orders being competed between the IDIQ awardees. Delivery Orders can also be direct award in the interest of Industrial Mobilization. The Government will evaluate price reasonableness in accordance with FAR 15.404 and DFARS PGI 215.404 and reserves the right to request other than certified cost or pricing data as necessary. b. The government intends to award the following total minimum and maximum under this contract: Minimum: $3,000,000 (guaranteed) * Maximum: $200,000,000 * The government is only bound to the guaranteed minimum established under the IDIQ. * Should any IDIQ awardee fail to deliver compliant material, the awardee will forfeit their right to the Guaranteed Minimum under their IDIQ contract. c. The Statement of Work (SOW) found in Attachment 2 of this combined synopsis/solicitation represents the scope required under this intended IDIQ contract. d. Fair Opportunity Procedures for the Issuance of Delivery Orders. All requirements for supplies will be ordered as delivery orders that can be issued using lowest price technically acceptable (LPTA) procedures, Best Value tradeoff procedures or the Government could initiate a direct award in the interest of Industrial Mobilization or any other method stated in the Delivery Order Solicitation. Any DLA Contracting Services Office (DCSO) warranted Contracting Officer, within the limits of their warrants, may award and administer a delivery order for supplies covered by the IDIQ contract. Delivery Orders will most likely be placed by the DLA Contracting Services Office � Columbus Division 3 (DCSO-C3). Award of each order will be based on the evaluation factors identified in the RFQ/RFP. e. ESTIMATED QUANTITES: These are the estimated quantities the government expects to order during each contract year. Please review Section 2 (Statement of Work), Table 1 for the estimated yearly quantities for each grade of magnet block. f. DELIVERY: Delivery is 12 months from the issuance of each delivery order (DO). Unless otherwise specified, the proposal will be deemed to offer delivery in accordance with the required schedule. g. ON-RAMP AWARDS: Should new vendors be identified within the domestic market, the IDIQ will include an on-ramp provision to permit awards to additional vendors during the contract period. During the term of the Basic Contract, there may be a fluctuation of IDIQ awardees for various reasons including advances in the domestic market. DLA intends to periodically review the market to determine whether it would be in the Government�s best interest to initiate an open season to add new contractors to the basic contract. h. OPEN SEASON PROCEDURES: If DLA determines that it would be in the Government�s best interest to open a new solicitation to add new IDIQ holders to the NdFeB Magnet Block IDIQ, the Contracting Officer may do so at any time provided that: The solicitation is issued under then-applicable federal procurement law. The solicitation identifies the total approximate number of new awards that the Government intends to make. The Contracting Officer may decide to award more or fewer IDIQ contracts than the number anticipated in the solicitation depending upon the overall quality of the offers received. Any Offeror that meets the eligibility requirements may submit a proposal in response to the new solicitation; however, existing IDIQ awardees may not hold more than one basic contract at a time. The award decision under any solicitation is based upon substantially the same evaluation factors/sub-factors as the original solicitation. The terms and conditions of any resulting awards from a new solicitation are materially identical to the existing version of the Basic Contract. The term for any new awards from a solicitation will not exceed the current IDIQ term. If awarded an IDIQ contract, any new awardee is eligible to submit a proposal in response to any RFP (assuming the requirement is not fulfilled as a direct award in the interest of Industrial Mobilization) and receive delivery order awards with the same rights and obligations as any other IDIQ awardee. The award of any new contract(s) does not increase the overall ceiling of the Basic Contract. i. OFF-RAMP PROCEDURES: Each IDIQ awardee is required to participate in the ordering process by submitting proposals in response to Delivery Order requests (RFQs) for which the IDIQ awardee has a reasonable chance for award, to successfully perform the terms of the delivery orders, and to promptly improve performance when it does not meet the terms of the delivery orders. Each awardee must propose at least one RFQ per base year. If an IDIQ awardee does not meet the capability requirements, it is the Government�s intent to �off-ramp� the IDIQ awardee by: Implementing a termination for convenience, if applicable, and only if the action is in the Government�s best interest; or Implementing a termination for default, if applicable; or Taking any other action which may be permitted under the Federal regulations and the IDIQ terms and conditions. Any awardee that is not capable of performing forfeits the guaranteed minimum contract value. 4. COMPLETE PROPOSAL INSTRUCTIONS In addition to the requirements at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services, please note the following additional proposal submission instructions. Offerors shall provide the following documents as a part of your proposal: a. Cover Letter. Provide cover letter with a unique identification number (proposal number) for your offer. A Standard Form (SF) 1449 is not used in this combined synopsis/solicitation. Therefore, include a statement in the cover letter specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information; or reject the terms and conditions of the solicitation may be rejected. Include a certifying statement of the accuracy of the proposal and a signature by the principal of the firm/entity. (one (1) PDF document) b. SAM Certifications. Provide evidence showing your company has an ACTIVE registration in SAM.gov. (one (1) PDF document) c. Production Capability. Review Sections L and M for production capability considerations. (one (1) PDF document) d. Technical Approach. Review Sections L and M for technical acceptability considerations. (one (1) PDF document) e. Past Performance. Review Sections L and M for Past Performance requirements (one (1) PDF document) g. Price. In addition to providing the completed price proposal form (Attachment 1-Section B), ensure that your price proposal includes enough details so that the contracting officer can make a fair and reasonable price determination in accordance with (utilizing) the price analysis techniques found at FAR 15.404-1(b)(2). (one (1) PDF document) Proposals are due by the closing date/time of 3:00 p.m. EST on October 31, 2025. Electronic proposals must be submitted via e-mail to Christy Boyer at Christine.Boyer@dla.mil, and Alicia Barrowman at Alicia.Barrowman@dla.mil. Facsimile proposals will not be accepted. NOTE: Proposal MUST be good for 90 calendar days after closing of the notice. Attachments: 1 � Section B 2 � Statement of Work 3 � Clauses and Provisions 4 � Section L 5 � Section M 6 � Past Performance Questionnaire 7 � Redacted J&A
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/21cb6570710349d58a58e49f0b852285/view)
- Record
- SN07621867-F 20251019/251017230033 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |