1. This solicitation is being issued as a competitive full and open action by ACC-RI. The USG projects the potential award of multiple IDIQ contracts. The USG reserves the right to make a single award if determined to be in the best interest of the USG.
2. The NAICS Code for this procurement is 325180 – Other Basic Inorganic Chemical Manufacturing.
3. The Government intends to award one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract
with a one (1) year base and two (2) one year ordering periods. No funds will be obligated on the
basic IDIQ contract; funding will be obligated under the contract through delivery orders issued
against the basic IDIQ.
4. The minimum guaranteed quantity is 36,000 pounds and shall be obligated on delivery order 0001
upon contract award.
5. The maximum quantity the Government may order under an IDIQ contract resulting from this
solicitation is 4,500,000 pounds.
6. The offeror shall submit a subcontracting plan if they identify as a large business.
7. The offeror shall submit pricing for all three (3) ordering periods in the attached price matrix
(Attachment 001) as stated in CLIN 0001. The Government will not recognize any pricing past the
hundredth decimal place. The Total Evaluated price is the sum of the following calculation: For
each quantity range, the price per pound will be multiplied by the upper limit of the quantity
range, then multiplied by the respective weight. The Total Evaluated Price is the sum of the
Ordering Period Evaluated Prices for all periods.
8. Ordering Periods (OP) will be as follows:
OP1: Award date through 365 days after Award Date
OP2: 366 days after award through 730 days after Award Date
OP3: 731 days after award through 1096 days after Award Date
9. Certificate of Analysis – The offeror shall submit a Certificate of Analysis (COA); Certificate
of Conformance (COC); and Material Safety Data Sheets (MSDS) with their quote submission that they
will provide AMMONIUM PERCHLORATE which shall meet the specification requirements of MIL-DTL-
32103A, WS 18485A, and AFX-757. The COA must contain the following information:
(1) Manufacturer Name (Materials are qualified by manufacturer not distributor)
(2) Product Name or Description
(3) National Stock Number (If available)
(4) Specification
(5) Lot/Batch Number
(6) Manufacture Date
(7) Expiration/Re-Inspection Date
(8) Signature of Certifying Official
(9) Analytical Data % by Weight:
Ammonium Perchlorate Moisture Total
Water Insolubles Sulfated Ash Iron
Chloride Bromate
Chlorate
Tricalcium Phosphate Ph of Water Solution
(10) Statement of No Change in Materials or Process
(11) Contract Number and Applicable Delivery Order Number
Each of the properties listed above shall meet or be within the ranges of the specified
requirements of MIL-DTL-32103A.
The Certificate of Analysis shall be submitted with the proposal and each shipment.
10. Due to the limited shelf life and storage limitations, early deliveries shall be coordinated
with the contracting office for approval by McAlester Army Ammunition Plant prior to shipment.
11. Complete Quote Submission – The Government intends to award based on the offer and supporting
documentation that the contractor provides as outlined below. The initial offer submission MUST be
complete and responsive. A complete, responsive offer shall consist of:
a. A copy of the solicitation and amendments signed by an individual authorized to bind the offeror
and pricing as set forth above.
b. For Ordering Period 1 offered price, the contractor will provide a minimum of six (six) invoice
sales receipts for ammonium perchlorate sales made in the last 6 months and for any increases in price from
Ordering Period 1 to Ordering Period 2 and Ordering Period 2 to Ordering Period 3 the contractor will provide
supporting rationale to explain any increases between the periods and the basis of any estimate that is included in the
increased price.
c. Certificate of Analysis
d. Certificate of Conformance
e. Material Safety Data Sheets
12. The Government intends to award without conducting discussions but reserves the right to
conduct discussions if the Contracting Officer determines it necessary.
13. Submissions/quotes will be submitted electronically and received by the Government procurement
office provided in the solicitation. All emailed submissions/quotes and attachments shall be in
Adobe Acrobat (.pdf) format and the solicitation shall be submitted and received in its entirety by
the specified date and time in order to be considered for award. See email addresses below for
submission. This instruction takes precedence over any other direction for quote submission. NOTE:
Submissions/quotes will NOT be accepted for this solicitation through the Sam.gov website.
Electronic submission shall be emailed to: adam.c.burgmeier.civ@army.mil
14. The Government intends to award the three-year IDIQ contract based on responsiveness and a
Total Evaluated Price capable of being determined fair and reasonable.
15. Authorized Signature – The signature on this solicitation should be the signature of:
a. A Corporate Officer (President, Vice-President, Treasurer, Secretary); or,
b. An individual authorized in writing by a Corporate Officer to bind the company to a legal
document.
16. Post Award Conference – The Contractor agrees to attend any post award conference convened by
the contracting activity or contract administration office in accordance with Federal acquisition
Regulation subpart 42.5.
GOVERNMENT REPRESENTATIVE (POINT OF CONTACT):
Adam Burgmeier Contract Specialist
U.S. Army Contracting Command – Rock Island
adam.c.burgmeier.civ@army.mil
CONTRACTOR REPRESENTATIVE (POINT OF CONTACT):
POC NAME:
POC TITLE:
POC EMAIL ADDRESS:
TELEPHONE NUMBER:
UNIQUE ENTITTY ID:
CAGE CODE:
TAXPAYER ID NUMBER: