Opportunity
SAM #W519TC-26-Q-ZHYD
Army Solicitation for Domestically Produced Zirconium Hydride for Crane Army Ammunition Activity
Buyer
W6QK ACC-RI
Posted
March 26, 2026
Respond By
April 24, 2026
Identifier
W519TC-26-Q-ZHYD
NAICS
331492, 325188, 332993, 424690
This procurement opportunity from the Army Contracting Command - Rock Island seeks domestically produced Zirconium Hydride for use at the Crane Army Ammunition Activity. - Government Buyer: - Army Contracting Command - Rock Island (ACC-RI), Department of the Army, Department of Defense - Place of performance: Crane Army Ammunition Activity, Indiana - Products Requested: - Zirconium Hydride conforming to MIL-Z-21353 ZrH2 military specifications - 10 pounds for First Article Testing (FAT) - 2,216 pounds for production quantity - Packaging materials: - Unlined tin-plated steel containers (85 gauge body/ring, 75 gauge bottom, secondary seal) - Outer fiberboard cartons (UN rating 4G/Y7.5S, labeled as Flammable Solid per DOT) - Key Requirements: - Material must be domestically produced and meet strict chemical composition and particle size standards - Certified material analysis required for each delivery - Supply chain transparency: contractors must provide a supply chain map and trace element quantification - Packaging must comply with hazardous material regulations - OEMs and Vendors: - No specific OEMs or vendors are named; the requirement is for material meeting military standards - Period of Performance: - Base year of 365 days after award, with up to four additional option years (each 365 days) - Delivery Location: - Crane Army Ammunition Activity, Building B3608, 300 Highway 361, Crane, IN 47522-5001
Description
Solicitation W519TC-26-Q-ZHYD Summary
Issuing Authority: The Army Contracting Command - Rock Island (ACC-RI) issues solicitation W519TC-26-Q-ZHYD in accordance with Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Items) procedures for the procurement of Zirconium Hydride to be utilized at Crane Army Ammunition Activity. Competition and Classification: This requirement is issued as Full and Open Competition under NAICS code 331492 - Secondary Smelting, Refining, and Alloying of Nonferrous Metal (except Copper and Aluminum); Product Service Code 6810. Requirement Description: Zirconium Hydride First Article Testing Quantity: 10 pounds In accordance with MILSPECS MIL-Z-21353 ZrH2, as found in Attachment 0002 – MIL-Z-21353 ZrH2 and Attachment 0003 - Technical Specifications and Packaging Requirements. Zirconium Hydride Quantity: 2216 pounds In accordance with MILSPECS MIL-Z-21353 ZrH2, as found in Attachment 0002 – MIL-Z-21353 ZrH2 and Attachment 0003 - Technical Specifications and Packaging Requirements. A Certified Material Analysis is required for each item for each delivery. Quote Requirements: The quote shall be determined fair and reasonable prior to award. The contractor must provide other than cost and pricing data with the quote so that the Government can make that determination. Clause 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data is applicable. Period of Performance: (Actual dates provided at time of award) Base Year – Award Date to 365 Days After Award (DAA) Option Year 1 – 366 DAA to 731 DAA Option Year 2 – 732 DAA to 1,097 DAA Option Year 3 – 1,098 DAA to 1,463 DAA Option Year 4 – 1,464 DAA to 1,829 DAA Work Performance: The Contractor shall perform work in accordance with Attachments 0002 – MIL-Z-21353 ZrH2, Attachment 0003 - Technical Specifications and Packaging Requirements, and 0004 – Evaluation Factor Zirconium Hydride V20260105. Attachments: Attachment 0001 – Pricing Matrix Attachment 0002 - MIL-Z-21353 ZrH2 Attachment 0003 – Technical Specifications and Packaging Requirements Revised V20260105 Attachment 0004 – Evaluation Factor Zirconium Hydride V20260105 Attachment 0005 - Clause FAR52.223-3 Hazardous Material Identification and Material Safety Data Delivery and Location: CLIN Description Delivery Date 0001First Article Test (FAT) – Zirconium Hydride3 weeks After Receipt of Order (ARO) 0002Zirconium Hydride2 weeks After Final Acceptance Test Article (AFATA) 0002AZirconium Hydride366 DAA – 731 DAA 0002BZirconium Hydride732 DAA – 1,097 DAA 0002CZirconium Hydride1,098 DAA – 1,463 DAA 0002DZirconium Hydride1,464 DAA – 1,829 DAA Delivery will be FOB Destination to Crane Army Ammunition Activity, Building B3608, 300 Highway 361, Crane, IN 47522-5001. Crane Army Ammunition Activity Delivery Instructions: CAAA receiving hours are 0700 – 1430, Monday - Thursday BY APPOINTMENT ONLY. Includes Inert & Freight All Kind (FAK). Appointments shall be made via Carrier Appointment System (CAS). Carriers without access to CAS, call (812) 854-2199 or (812) 854-2339, 48 hours prior to delivery for appointment. Failure to follow protocol or obtain scheduled delivery time may result in truck being turned away. Point of Contact: Jessica Litwiler, Email: jessica.m.litwiler.civ@army.mil
Notes Contractor is liable for accuracy of submitted quote and any incurred costs if quote was submitted erroneously. Electronic invoicing instructions will be provided at time of award. Offers are due 24 APRIL 2026, no later than 12 p.m. Central Time. Offers shall be submitted electronically via email to the Contracting Specialist at jessica.m.litwiler.civ@army.mil. Include "Response to W519TC-26-Q-ZHYD" in the subject line. Questions shall be submitted electronically via email to the Contract Specialist no later than 10 days before solicitation closes, or 15 APRIL 2026. All documents must be emailed together to be considered. Note: Questions not received within a reasonable time prior to close of solicitation may not be considered. Quotes submitted in response to this solicitation shall remain valid for 60 days. Contractor must be registered in the System for Award Management (SAM) to be eligible for award. Registration at www.sam.gov. Failure to comply may deem quote ineligible. Please provide your CAGE CODE. Please provide your DUNS number. Payment for the contract will be made by DFAS via Wide Area Workflow (WAWF). Although the Government intends to award without discussions, it reserves the right to open discussions if necessary.
This Executive Summary is for administrative assistance only and does not alter the terms and conditions of the solicitation. Provisions of the solicitation and technical data prevail over this summary.
BASIS FOR AWARD The basis for award is Best Value / Fair and Reasonable. Award will be given to the offeror who provides the best value offer, is deemed responsible, and whose quote conforms to solicitation requirements (see Attachments 0002, 0003, and 0004). Only offers determined to be technically acceptable, initially or after discussions, will be considered for award. In accordance with FAR 52.212-1(g), the Government intends to award a contract without discussions but reserves the right to conduct discussions if necessary.
SOLICITATION PROVISIONS - Addendum to 52.212-1 The following Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (available at http://www.acquisition.gov): FAR 52.212-1 - Instructions to Offerors - Commercial Products and Commercial Services FAR 52.204-07 - System for Award Management FAR 52.204-22 - Alternative Line-Item Proposal FAR 52.204-26 - Covered Telecommunications Equipment or Services Representation FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certification
SOLICITATION FAR PROVISIONS - by Reference FAR 52.204-16 - Commercial and Government Entity Code Reporting FAR 52.204-18 - Commercial and Government Code Maintenance FAR 52.216-31 - Time-and-Materials/Labor-Hour Proposal Requirements – Commercial Acquisition FAR 217-5 - Evaluation of Options FAR 52.222-46 - Evaluation of Compensation for Professional Employees DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation DFARS 252.204-7019 - NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENT DFARS 252.225-7055 - Representation Regarding Business with the Maduro Regime
SOLICITATION PROVISIONS IN FULL TEXT - Addendum to 52.212-1 FAR 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Products and Commercial Services - Alt I
SOLICITATION CLAUSES BY REFERENCE - Addendum to 52.212-4 The following FAR and DFARS clauses apply and are incorporated by reference (available at http://www.acquisition.gov): FAR 52.204-13 - System for Award Management Maintenance FAR 52.204-19 - Incorporation by Reference of Representations and Certifications FAR 52.228-05 - Insurance-Work on a Government Installation FAR 52.232-39 - Unenforceability of Unauthorized Obligations FAR 52.237-02 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 - F.O.B. Destination DFARS 252.204-7000 - Disclosure of Information DFARS 204-7003 - Control of Government Personnel Work Product FAR 52.204-16 - Commercial and Government Entity Code Reporting FAR 52.204-18 - Commercial and Government Code Maintenance DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation DFARS 252.204-7019 - NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENT
SOLICITATION PROVISIONS IN FULL TEXT - Addendum to 52.212-1 FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Products and Commercial Services - Alt I
SOLICITATION CLAUSES BY REFERENCE - Addendum to 52.212-4 FAR 52.204-13 - System for Award Management Maintenance FAR 52.204-14 - Service Contract Reporting Requirements FAR 52.204-19 - Incorporation by Reference of Representations and Certifications FAR 52.217-08 - Option to Extend Services FAR 52.218-09 - Option to Extend the Term of the Contract FAR 52.232-1 - Payments FAR 52.232-7 - Payments under Time-and-Materials and Labor-Hour Contracts FAR 52.232-25 - Prompt Payment FAR 52.232-39 - Unenforceability of Unauthorized Obligations FAR 52.243-1 - Changes-Fixed-Price FAR 52.243-3 - Changes-Time-and-Materials or Labor-Hours FAR 52.247-28 - Contractor’s Invoices FAR 52.247-34 - F.O.B. Destination DFARS 252.204-7000 - Disclosure of Information DFARS 204-7003 - Control of Government Personnel Work Product DFARS 204-7020 - NIST SP 800-171 DOD ASSESSMENT REQUIREMENT DFARS 252.225-7002 - Qualifying Countries as Subcontractors
SOLICITATION FAR CLAUSES - by Reference Per FAR 52.252-2, this solicitation incorporates one or more clauses by reference, with the same force and effect as if given in full text. Upon request, the Contracting Officer will make full text available. Provisions may be accessed electronically at http://www.acquisition.gov. FAR 52.204-18 - Commercial and Government Code Maintenance FAR 52.204-20 - Predecessor of Offeror FAR 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems FAR 52.212-4 - Contract Terms and Conditions-Commercial Items FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.203-7000 - Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.213-7000 - Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations DFARS 252.223-7008 - Prohibition of Hexavalent Chromium DFARS 252.225-7001 - Buy American and Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.225-7048 - Export-Controlled Items DFARS 252.225-7056 - Prohibition Regarding Business Operations with the Maduro Regime DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.232-7011 - Payments in Support of Emergencies and Contingency Operations DFARS 252.232-7017 - Accelerating Payments to Small Business Subcontractors Prohibition on Fees and Consideration DFARS 252.244-7000 - Subcontracts for Commercial Items and Commercial Components (DoD Contracts) DFARS 252.247-7023 - Transportation of Supplies by Sea
END OF ADDENDUM 52.212-4