SOLICITATION NOTICE
80 -- EPOXILETE
- Notice Date
- 2/19/2026 6:41:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325211
— Plastics Material and Resin Manufacturing
- Contracting Office
- DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- SPMYM326Q7011
- Response Due
- 2/27/2026 10:00:00 AM
- Archive Date
- 02/27/2027
- Point of Contact
- Mihaela Zouak, Phone: 2074383871, Fax: 2074384501, DLA-KME EMAIL BOX
- E-Mail Address
-
mihaela.zouak@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL
(mihaela.zouak@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.gov. The RFQ number is SPMYM326Q7011. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 Effective Date 10/01/2025 and DFARS Change Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.ecfr.gov and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html. The FSC Code is 8040 and the NAICS code is 325211. The Small Business Standard is 1,250. This requirement is being processed utilizing 100% Small Business. Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. This requirement is brand name mandatory to ELANTAS/P.D.G due to material to be merged with what is remaining in the tanks, which are currently filled with Epoxylite E478LV. Epoxylite cannot be mixed with other resins. Quotations received that represent a different manufacturer will not be considered for award. Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. Failure to provide this information may result in your quotation being determined technically unacceptable. If not the manufacturer, proof of traceability must be sent with quote. Only one quote per vendor. All interested parties must fill out the required request for quote located on the attachment section titled ""RFQ 26Q7011 Required"". The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: ITEM DESCRIPTION QTY U/I UNIT PRICE TOTAL PRICE 0001 EPOXYLITE 8 DR __________ ___________ EPOXYLITE ""E478 LV"", RESIN, THIXO, VPI IN ACCORDANCE WITH ATTACHMENT (1) DESCRIPTION/SPECIFICATIONS UI = DR (55 GAL) SL= 4 (12 MONTHS EXTENDABLE) MATERIAL TO BE SHIPPED IN (8), 55 GALLON DRUMS. ORDER IS FOR TANK MAINTENANCE 0002 DATA REQUIREMENTS 1 EA ___NSP____ ___NSP_____ SEE EXHIBIT �A� SEQ A001: CDRL FED-STD-313E (MATERIAL SAFETY DATA SHEETS) **Brand Name Mandatory to Elantas P.D.G INC** Quotations received that represent a different manufacturer will not be considered for award. NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER. FAR CLAUSES AND PROVISIONS 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.204-10, Prohibition on Contracting with Inverted Domestic Corporations 52.209-6 Protecting the Government's Interest 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-15, Defense Priority And Allocation Requirements 52.212-4, Contract Terms and Conditions � Commercial Items 52.219-1 Alt 1 Small Business Program Representations (OVER 10K) 52.219-4 Notice of Price Evaluation Preference for HUBZone 52.219-6 Notice of Total Small Business Set-Aside 52.219-27 Notice of SDVOSB Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.219-29 Notice of Set-Aside or sole source EDWOSB 52.219-30 Notice of Set-Aside or sole source WOSB 52.219-33 Nonmanufacturer Rule 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-50 Combating Trafficking in Persons 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-11 Ozone Depleting Substances 52.225-1 Buy American-Supplies 52.225-3 Buy American-Free Trade Agreements 52.225-13 Restriction on Certain Foreign Purchases 52.226-4 Notice of Disaster or Emergency Area Set-Aside 52.226-5 Restrictions on Subcontracting Outside Disaster Area 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by EFT-SAM 52.232-34 Payment by EFT-Other than SAM 52.232-36 Payment by Third Party 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.240-90 Security Prohibitions and Exclusions Representations and Certifications (See Attachment) 52.240-91 Security Prohibitions and Exclusions. (See Attachment) 52.240-93 Basic Safeguarding of Covered Contractor Information Systems. (See Attachment) 52.243-1, Changes Fixed Price 52.247-34, F.O.B-Destination 52.247-64 Preference for Privately Owned US-Flag Commercial Vessels 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.253-1, Computer Generated Forms DFARS CLAUSES AND PROVISIONS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003. Control of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training for Contractors. 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, * See Attachment for this provision. 252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.204-7024 Notice on the Use of the Supplier Performance Risk System 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. 252.223-7001, Hazard Warning Labels 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities. 252.225-7021 Trade Agreements 252.225-7036 __ Basic, __ Alt I, __Alt IV, Buy American Free Trade Agreements 252.225-7048, Export Controlled Items 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions *See Attachment for Full Text 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea Note: Vendor shall list the country of origin for each line item. DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text) 5452.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution DLA PROCUREMENT NOTES (See Attachment for Full Text) C01 Superseded Part Numbered Items (SEP 2016) C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 Contractor Retention of Supply Chain Traceability Documentation (MAR 2023) C04 Unused Former Government Surplus Property (DEC 2016) C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017) E05 Product Verification Testing (JUN 2018) H10 Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020) L04 Offers for Part Numbered Items (SEP 2016) L06 Agency Protests (DEC 2016) L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations L31 Additive Manufacturing (JUN 2018) M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) M06 Evaluation of Offers for Part Numbered Items (SEP 2016) LOCAL CLAUSES (See Attachment for Full Text): YM3 A1: Additional Information YM3 A3: Government Purchase Card Method of Payment Additional Info YM3 C500: Mercury Control (Supplies) YM3 C528: Specification Changes YM3 D1: Deteriorative Material Marking YM3 D10: Hazardous Material Marking YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard YM3 M8: Single Award for All Items Quoters are reminded to include a completed copy of 52.212-3 and it�s ALT I if not updated in SAM. This announcement will close (Insert Date and Time). The Point of Contact for this solicitation is Mihaela Zouak who can be reached at Mihaela.Zouak@dla.mil. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. If not the actual manufacturer � Manufacturer�s Name, Location, and Business Size must be provided. Please submit quotations via email at Mihaela.Zouak@dla.mil Quotes also to: DLA-KME-QUOTATIONS@DLA.MIL All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC)* or Wide Area Workflow (WAWF). Please note that the Government�s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Please note, if selecting GPC, the Government does NOT utilize third party payment entities (Zelle, Venmo, Paypal, etc.) Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. *If selecting GCPC as the preferred method of payment, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF. ******* END OF COMBINED SYNOPSIS/SOLICITATION ********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cf7a8dff4a524eaea80e0cf1af416eb0/view)
- Place of Performance
- Address: ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN07721737-F 20260221/260219230049 (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 |