(1) ACTION CODE:
Purchase Requisition (PR): 7014343370
(2) DATE: NOVEMBER 26, 2025
(3) YEAR: 2025
(4) CONTRACTING OFFICE ZIP CODE: 43218
(5) PSC: 9420
(6) CONTRACTING OFFICE ADDRESS:
DLA Contracting Services Office (DCSO) Columbus Division #3
3990 East Broad Street
Columbus, Ohio 43218
USA
(7) SUBJECT: Aerospace-Grade Rayon Fiber
(8) SOLICITATION NUMBER: SP8000-26-R-0003
(9) CLOSING RESPONSE DATE: DECEMBER 02, 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: $400,000,000.00 Contract Ceiling / IDIQ Maximum
(13) LINE-ITEM NUMBERS: 0001
(14) CONTRACT AWARD DATE: TBD
(15) CONTRACTOR: ICF Mercantile LLC (7CZM0)
(16) DESCRIPTION:
This is a solicitation for the acquisition of a commercial item using Federal Acquisition Regulation (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 against which fixed delivery orders may be issued. The IDIQ will consist of one (1) five (5)-year ordering period, and this requirement is issued by other than competitive procedures under the authority of 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1(a)(2), “only one responsible source and no other type of supplies or services will satisfy agency requirements.” The Government intends to award a single IDIQ contract to ICF Mercantile LLC (ICF) (7CZM0), the sole distributor in North America for ENKA Rayon.
This is a combined synopsis/solicitation for a commercial product 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 # SP8000-26-R-0003, is being issued as a request for proposal (RFP). DLA Contracting Services Office - Columbus Division 3 (DCSO-C3) intends to award and administer this 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 2025-04, 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 325220 - Artificial and Synthetic Fibers and Filaments Manufacturing, with a size standard of 1,050 employees.
The Defense Logistics Agency (DLA) intends to award an IDIQ contract with a guaranteed contract minimum of $1,000,000 and a contract maximum / ceiling of up to $400,000,000 for aerospace-grade rayon fiber. The Government reserves the right to award less than the maximum dollar value. All aerospace-grade rayon fiber 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 their offer 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-CLIN Structure):
CLIN 0001 - Aerospace-Grade Rayon Fiber
PSC/Material Code: 9420/ N00006142
Unit of Issue: Pounds (LB)
Ordering Period: 5 years
Delivery Period: 36 Months
FOB/Inspection/Acceptance: Destination
Pricing Terms: Fixed Price IDIQ
It is anticipated that a commercial contract will be awarded for the aerospace-grade rayon fiber 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 a rating of acceptable, all aspects of the SOW must be addressed sufficiently, and all required attachments must accompany the proposal.
Proposals are due by 3:00 p.m. (EST) on December 02, 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 for contract award will be made based on an assessment of the offeror’s response to this combined synopsis/solicitation notice. Please see the provisions at FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services (see Attachment 3-Clauses and Provisions), and FAR 52.212-2, Evaluation--Commercial Products and Commercial Services (see Attachment 4-Evaluation Criteria) 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 SAM. In addition, the Contractor’s Representations and Certifications 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 an Indefinite Delivery Indefinite Quantity (IDIQ) contract consisting of one (1) five (5)-year base ordering period during which fixed price delivery orders may be issued. Delivery orders placed during the offeror’s provided Calendars days After Receipt of Proposal (CARP) will be based on the pricing offered in Attachment 1-CLIN Structure and the pricing for all subsequent delivery orders will be negotiated at the time of delivery order issuance based on market conditions and quantity. 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: $1,000,000 (guaranteed) *
Maximum: $400,000,000
* 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. ESTIMATED QUANTITES: These are the estimated quantities the Government expects to order during each contract year. Please review Attachment 2-Statement of Work, Table 1 for the estimated yearly quantities of aerospace-grade rayon fiber.
e. DELIVERY: Delivery is 36 months from the issuance of each delivery order (DO). Unless otherwise specified, the proposal will 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. Offeror 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. Technical Acceptability. Provide information to sufficiently demonstrate the Offeror’s ability to perform in accordance with the requirements of the SOW. Review Attachment 2-Statement of Work and Attachment 4-Evaluation Criteria for technical acceptability considerations. (one (1) PDF document)
d. Price. In addition to providing the completed price proposal form (Attachment 1-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)
NOTE: Proposal MUST be good for 90 calendar days after closing of the notice.
Attachments:
1 - CLIN Structure
2 - Statement of Work
3 - Clauses and Provisions
4 - Evaluation Criteria
5 - Redacted J&A