EPOXY COATING KIT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting proposals for an EPOXY COATING KIT (SPMYM226Q7061) to be delivered to the Puget Sound Naval Shipyard in Bremerton, WA. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a firm fixed-price supply contract. Offers are due by April 27, 2026, at 10:00 AM.
Scope of Work
The requirement is for an EPOXY COATING KIT, specifically AMERCOAT 235 GRAY, MIL-PRF-23236 TY V, CLASS 5&7, GRADES B & C. The product must meet detailed material specifications, including MIL-PRF-23236D (with Amendment 1), have a maximum VOC of 340, and adhere to specific toxicity, packaging, and labeling requirements. A minimum of 85% shelf life remaining is required, along with mercury exclusion and compliance with NESHAP for Marine Paint Labeling. Unique Item Identification (IUID) is required for Item 0001.
Contract Details
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS: 325510 (Paint and Coating Manufacturing)
- PSC: 8010 (Paints, Dopes, Varnishes, And Related Products)
- Delivery: FOB Destination to Puget Sound Naval Shipyard, Bremerton, WA, requested by April 30, 2026.
- Estimated Value: Over $15,000.00.
Submission & Evaluation
- Offer Due Date: April 27, 2026, 10:00 AM
- Evaluation Factors: Technical, Price, and Performance.
- Required Submissions: Complete pricing for each CLIN, CAGE code, completed representations and certifications, manufacturer information, signed original solicitation package, and lead time for delivery. Offerors must be registered in SAM.gov.
- Documentation: A Contract Data Requirements List (CDRL) specifies required documentation, including a Certification Data Report and Certificate of Analysis (detailing density, viscosity, dry hard time, color, etc.). All required documentation and payments over $15,000 will be processed via Wide Area Workflow (WAWF).
- NIST SP 800-171: Compliance with DFARS 252.204-7019 (NIST SP 800-171 assessment) is required unless items are Commercial Off The Shelf (COTS) and identified as such.
Additional Notes
Base access for contractors requires a Defense Biometric Identification System (DBIDS) credential. All questions must be submitted via email to the contracting officer.