(1) ACTION CODE:
Purchase Requisition (PR): 7013070397
(2) DATE: September 19, 2025
(3) YEAR: 2025
(4) CONTRACTING OFFICE ZIP CODE: 43218
(5) PSC: 9620
(6) CONTRACTING OFFICE ADDRESS:
DLA Contracting Services Office (DCSO) Columbus Division #3
3990 East Broad Street
Columbus, Ohio 43218
USA
(7) SUBJECT: Acid Grade Fluorspar
(8) SOLICITATION NUMBER: SP8000-25-R-0020
(9) CLOSING RESPONSE DATE: October 3, 2025; 11:59 PM Eastern Time
(10) CONTACT POINT OR CONTRACTING OFFICER:
Zoryanna Siemer, Contracting Specialist
zoryanna.siemer@dla.mil
Shaun Bunnell, Contracting Officer
shaun.bunnell@dla.mil
(11) CONTRACT AWARD NUMBER: TBD
(12) CONTRACT AWARD DOLLAR AMOUNT: $250,000,000.00 Max Value for IDIQ
(13) LINE ITEM NUMBERS: 0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, 4001, 4002
(14) CONTRACT AWARD DATE: TBD
(15) CONTRACTOR: ARES Strategic Mining (ARES)
(16) DESCRIPTION:
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, Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for Acid Grade Fluorspar, against which FFP delivery orders will be issued. The intended IDIQ will consist of one (1) five (5)-year base ordering period and is being solicited under “Other than Full and Open Competition” to ARES Strategic Mining (ARES) using FAR 6.302-3(a)(2)(i) with subsection (b)(1)(iv)(A).
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-0020, is being issued as a request for proposal (RFP). DLA Contracting Services Office - Columbus Division 3 (DCSO-C3) intends to award and administer an IDIQ contract 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 2025-05, effective August 7, 2025.
- Defense Federal Acquisition Regulation Supplement (DFARS) effective January 17, 2025.
- Defense Logistics Agency Directive (DLAD) PROCLTR 2025-15, effective July 14, 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 procurement is being solicited as unrestricted under North American Industry Classification System (NAICS) 212390, Nonmetallic Mineral Mining. The small business size standard is 600 employees. Partial offers will not be accepted.
The Defense Logistics Agency (DLA) by and through DCSO-C3 intends to award and administer an IDIQ contract with a contract minimum of $2,000,000 (guaranteed) and a contract maximum of up to $250,000,000.00 for Acid Grade Fluorspar for a five (5)-year period. The government reserves the right to award less than the maximum dollar value.
The purpose of this procurement is to establish an IDIQ contract to allow DLA to purchase Acid Grade Fluorspar (Acidspar) as needed. Please refer to the attached statement of work (SOW) for complete details.
Contract Line Item Numbers (CLINs) and Quantities (See Attachment 1-Section B):
CLINs 0001, 1001, 2001, 3001, and 4001 – Acid Grade Fluorspar
PSC/Material Code: 9620/N00001303
Unit of Issue: LB
Ordering Period: 5 years
Delivery Period: No longer than 36 months after delivery order issuance
FOB/Inspection/Acceptance: Destination
Pricing Terms: Firm-Fixed Price
CLINs 0002, 1002, 2002, 3002, and 4002 – Third-Party Testing
PSC/Material Code: H999/V00007070
Unit of Issue: LOT
Ordering Period: 5 years
Period of Performance: No longer than 36 months after delivery order issuance
FOB/Inspection/Acceptance: Destination
Pricing Terms: Firm-Fixed Price
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. The evaluation factor are technical approach, past performance, and price.
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.
It is anticipated that a commercial contract will be awarded for the Acid Grade Fluorspar requirement as a result of this combined synopsis/solicitation notice. In this sole source acquisition, technical acceptability will be evaluated. For technical acceptability, the evaluation team will determine whether all aspects of the SOW were met for the grade of material. For a rating of acceptable, all aspects of the SOW must be addressed sufficiently, and all required attachments must accompany the proposal.
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.
(17) PLACE OF CONTRACT PERFORMANCE: Contractor Facility
DELIVERY LOCATION: Hawthorne Army Depot, NV
(18) SET-ASIDE STATUS: UNRESTRICTED
Other Acquisition Notes:
1. Selection of an offeror for contract award will be made based on an assessment of each offeror’s response to this combined synopsis/solicitation notice. As a combined synopsis/solicitation notice for this sole source acquisition, technical acceptability will be evaluated. For technical acceptability, the evaluation team will determine whether all aspects of the SOW were met for the solicited material. For a rating of acceptable, all aspects of the SOW must be addressed sufficiently, and all required attachments must accompany the proposal. Please see 52.212-2 “Evaluation-Commercial Products and Commercial Services” for complete 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 firm-fixed pricing for each delivery order (DO). The Government will evaluate price reasonableness in accordance with FAR 15.4004 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: $2,000,000 (guaranteed)*
Maximum: $250,000,000.00
* The government is only bound to the guaranteed minimum established under the IDIQ.
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. Issuance of Delivery Orders. All requirements for supplies will be ordered as delivery orders that are Firm-Fixed Price at the time of delivery order issuance. Requirements may be presented to the IDIQ contract holder (awardee) by way of request for proposal (RFP). 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).
e. ESTIMATED QUANTITES: These are the estimated quantities the government expects to order during each contract year. Please review Attachment 1 (Acidspar CLIN Structure) for the estimated yearly quantities for Acid Grade Fluorspar.
d. DELIVERY: Delivery is no more than 36 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.
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. (one (1) PDF document) 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 along with the following:
- Company name, address, UIE, and CAGE (included in body of email);
- Point of contact for questions (included in body of email);
- Required submission documents (specific attachments as identified below) .
b. SAM Certifications. Provide evidence showing your company has an ACTIVE registration in SAM.gov. (one (1) PDF document)
c. Technical Approach. Review FAR 52.212-2 for technical acceptability considerations. (one (1) PDF document)
d. Price. In addition to providing the completed price proposal form (Attachment 1-Acidspar CLIN Structure), 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)
All submissions must be in Microsoft Word, Microsoft Excel, or Adobe PDF unless otherwise specified. Word and PDF documents must adhere to the following: 8.5” x 11”; Times New Roman; 11pt font. Table fonts must be Times New Roman with font no smaller than 9pt.
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.
Proposals are due by 11:59 p.m. (EST) on October 3, 2025. Electronic proposals must be submitted via e-mail to Zoryanna Siemer at zoryanna.siemer@dla.mil, and Shaun Bunnell at shaun.bunnell@dla.mil. Facsimile proposals will not be accepted.
NOTE: Proposal MUST be good for 60 calendar days after close of the notice.
Attachments:
1 – Acidspar CLIN Structure
2 – Statement of Work
3 – Clauses and Provisions
4 – Redacted J&A