Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2024 SAM #8396
SOLICITATION NOTICE

80 -- THIOKOL/PHILLYCLAD

Notice Date
11/20/2024 7:25:20 AM
 
Notice Type
Presolicitation
 
Contracting Office
DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
SPMYM1-25-Q-0015
 
Response Due
11/27/2024 1:00:00 PM
 
Archive Date
12/12/2024
 
Point of Contact
John Ratliff
 
E-Mail Address
john.ratliff@dla.mil
(john.ratliff@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract with Lowest Price Technically Acceptable (LPTA) Evaluation Factors for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice. The Contract Line Items (CLINs) is as follows: CLIN 0001 QTY 30 KT PHILLYCLAD. 1GL KIT EPOXY RESIN 1175/620TS CLIN 0002 QTY 30 KT PHILLYCLAD, 1GL KIT EPOXY RESIN 1175/620TS CLIN 0003 QTY 4 CN THIOKOL 2282 CLIN 0004 QTY 4 CN THIOKOL 2282 ORDERING DATA CLIN 0001 ORDERING DATA MIL-R-23461A, RESIN COMPOUND, THERMOSETTING, ROOM TEMPERATURE CURING, FOR METAL COATING (Philly Clad 1775/620TS) 64-TM5-24314-S01 This specification covers the requirements for unpigmented, thermos-setting, room temperature curing resin with associate curing agents to be used for convolutely, or spirally wound fibrous glass reinforced coatings on steel, aluminum and gun metal for corrosion protection. Ordering Data per MIL-R-23461A 6.2.1 Acquisition requirements a) Title, Number, and Date of Spec. Resin Compound, Thermosetting, Room Temperature Curing, For Metal Coating, MIL-R-23461A 26 June 1987 b) Type of resin (see 1.2). Type 1 c) Type of container & total volume of resin kit required Can; 2 (1.5 GL kits of resin & hardener) Philly Clad 1775/620TS) d) When a first article sample is required (see 3.1). N/A e) Curing agents container size if other than specified (see 3.2.1). N/A f) If materials to be supplied are other than specified (see 3.2.1). N/A g) If end use permits lower viscosity materials (see 3.5.1). N/A h) A Selection of applicable levels of packaging and packing required (see 5.1 and 5.2). As specified in 5.1 and 5.2 i) If shipping containers are to have case liners (see 5.2.1). N/A CLIN 0002 ORDERING DATA MIL-R-23461A, RESIN COMPOUND, THERMOSETTING, ROOM TEMPERATURE CURING, FOR METAL COATING (Philly Clad 1775/620TS) 64-TM5-24314-S01 This specification covers the requirements for unpigmented, thermos-setting, room temperature curing resin with associate curing agents to be used for convolutely, or spirally wound fibrous glass reinforced coatings on steel, aluminum and gun metal for corrosion protection. Ordering Data per MIL-R-23461A 6.2.1 Acquisition requirements a) Title, Number, and Date of Spec. Resin Compound, Thermosetting, Room Temperature Curing, For Metal Coating, MIL-R-23461A 26 June 1987 b) Type of resin (see 1.2). Type 1 c) Type of container & total volume of resin kit required Can; 2 (1.5 GL kits of resin & hardener) Philly Clad 1775/620TS) d) When a first article sample is required (see 3.1). N/A e) Curing agents container size if other than specified (see 3.2.1). N/A f) If materials to be supplied are other than specified (see 3.2.1). N/A g) If end use permits lower viscosity materials (see 3.5.1). N/A h) A Selection of applicable levels of packaging and packing required (see 5.1 and 5.2). As specified in 5.1 and 5.2 i) If shipping containers are to have case liners (see 5.2.1). N/A CLIN 0003 ORDERING DATA: A-A-59875 Type III Thiokol 2282 8030-LL-N03-9627 SHAFT PRESERVATION This specification covers the third layer of the four-layer shaft covering system identified in MIL-STD-2199(series), which is the high-viscosity, thixotropic elastomeric coating. Ordering Data per A-A-59875 Type III a) CID document number and revision. 1) A-A-59875 July 26, 2010 b) Type and color 1) Type III: Third layer (sealing/fairing compound). High-viscosity, thixotropic elastomeric coating. 2) N/A c) Product conformance provisions 1) As specified in 5.1 & 3.3 of this CID. d) Packaging Requirements: Third layer preservation, packing and marking. For acquisition purposes, the products shall be preserved, packed and marked as Propeller Shaft Covering System, Third Layer (Sealing/Fairing Compound). e) Quantity required = 1 CANS = 1 Kit (2.0 gal per kit) CLIN 0004 ORDERING DATA: A-A-59875 Type III Thiokol 2282 8030-LL-N03-9627 SHAFT PRESERVATION This specification covers the third layer of the four-layer shaft covering system identified in MIL-STD-2199(series), which is the high-viscosity, thixotropic elastomeric coating. Ordering Data per A-A-59875 Type III a) CID document number and revision. 1) A-A-59875 July 26, 2010 b) Type and color 1) Type III: Third layer (sealing/fairing compound). High-viscosity, thixotropic elastomeric coating. 2) N/A c) Product conformance provisions 1) As specified in 5.1 & 3.3 of this CID. d) Packaging Requirements: Third layer preservation, packing and marking. For acquisition purposes, the products shall be preserved, packed and marked as Propeller Shaft Covering System, Third Layer (Sealing/Fairing Compound). e) Quantity required = 1 CANS = 1 Kit (2.0 gal per kit) � Initial Entry: Contractor provide a SECNAV 5512 and a CNRMA Installation Access Screening Request form that will be provided by the technical point of contact (TPCO). These documents will be endorsed by the TPOC and forwarded to the NNSY Pass O?ice Contractor shall submit documents approximately two weeks before arrival. � Vehicle Entry: The company name shall be displayed on each door of the Contractor�s vehicles in a manner and size that is clearly visible. All vehicles shall display a valid state license plate that complies with State Vehicle Code. Vehicles shall meet all other requirement of the State Vehicle Code, such as safety standards, and shall carry proof of insurance and state registration. Passes will be issued for vehicles to enter the shipyard. A separate pass is required for entering the Controlled Industrial Area (CIA). � Portable Electronic Device (PED): In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use of Portable Electronic Devices (PEDs) while in or on Department of Navy Controlled, Industrial Areas are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images e.g.: cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches. � Critical time Constraints: The Installation and training shall be performed between the hours of 7:20 am and 3:50 pm excluding any federal holidays. � Safety: �Per FAR 22.102-1(a) entitled �Safety�, contractor are hereby informed that their employees or representatives present on property under NNSY cognizance must follow Federal and State OSHA requirements; NNSY OSHE Program Manual, NAVSHIPYDNORINST P5090.2 requirements; OSHE Control Manual (OSHECM) requirements; or safety requirements for site specific location of the contract."" � Location: Portsmouth, VA 23709 The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 325520 Preservative and Sealing Compounds, Brushes, Paints, Sealer, and Adhesives with a size standard of 500 employees. The Product Service Code is 8030. The anticipated delivery date for this acquisition is 30 days ARO. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. The solicitation number is SPMYM125Q0015 and it is expected to be available on or about 20 November 2024 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 4:00 PM EST on 27 November 2024. Responses to the solicitation notice shall be emailed to the attention of John Ratliff as john.ratliff@dla.mil. Please make sure that the solicitation number (SPMYM125Q0015) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at on the interested vendor list under SPMYM125Q0015. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to John Ratliff at john.ratliff@dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6c11eeda2c5f4b8ebba396e1ea2ed1fc/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07270932-F 20241122/241120230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.