THIS SOLICITATION IS CANCELLED
***********************************************************************************
Amendment 0002 is issued to cancel the solicitation. Solicitation is cancelled due to need to change to the correct authority of Indutrial Mobilization under the authority of FAR 6.302-3(a)(2)(i) and (b)(1)(iv)(A). This change in justification is appropriate / necessary to create or maintain the required domestic capability for production of critical supplies by limiting competition to items manufactured in the United States or its outlying areas.
***********************************************************************************
Amendment 0001 is issued to update section 7.2 of the Statement of Work. Please see attachment Amendment 0001 for new language, amendments must be signed and returned with vendor's proposal. Closing date remains unchanged.
*****************************************************************************
(1) ACTION CODE:
Purchase Requisition (PR): 7012602463
(2) DATE: July 28, 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-0007
(9) CLOSING RESPONSE DATE: August 11, 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: Noveon Magnetics
(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, Indefinite Delivery Indefinite Quantity (IDIQ) utilizing fixed price for Delivery Orders issued during the # of Calendar Days Pricing will remain valid (CARP)* as proposed/agreed upon in Table #1 of Attachment (1); and negotiated pricing fixed at each subsequent Delivery Order. The IDIQ Ordering Period will be five (5) years and is issued under “Other than Full and Open Competition” using FAR 6.302-1(a)(2). This acquisition is for four grades of NdFeB: N38EH, N45SH, N48SH and N52. Noveon Magnetics is the only source capable of supplying domestic grades of material to the Government.
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-0007, 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 2025-04, 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) by and through DCSO-C3 intends to award an IDIQ contract with a contract minimum of $9,500,000 (guaranteed) and a contract maximum 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. 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. The evaluation factor is Technical Acceptability and will be evaluated by vendor submitting a sample Certificate of Analysis (COA).
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: 24 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: 24 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: 24 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: 24 Months
FOB/Inspection/Acceptance: Destination
Pricing Terms: IDIQ with each DO updated negotiated pricing
It is anticipated that a commercial contract will be awarded for the NdFeB 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 each 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.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition; with additional instructions to offerors included within this notice.
The provision at FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition; with the specific evaluation criteria included in paragraph (a) of the provision.
Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer OR confirm that the completed clause is included within its SAM.gov registration.
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.
Proposals are due by 3:00 p.m. (EST) on August 11, 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 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 each 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. 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 the pricing for each delivery order (DO) being negotiated at the time of issuance based on market conditions and quantity. 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: $9,500,000 (guaranteed) *
Maximum: $200,000,000.00
* 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 fixed price at the time of DO issuance. Requirements will be presented to the IDIQ contract holder (awardee) by way of request for quotation (RFQ). 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 Section 2 (Scope of Work), Table 1 for the estimated yearly quantities for each grade of magnet block.
d. DELIVERY: Delivery is 24 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. 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 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-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 3:00 p.m. EST on August 11, 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 60 calendar days after close of the notice.
Attachments:
1 – Section B
2 – Statement of Work
3 – Clauses and Provisions
4 – Redacted J&A