80--PRIMER COATING - AND OTHER REPLACEMENT PARTS
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 Mechanicsburg has issued a Solicitation for Primer Coating and other replacement parts (NSN 8010-01-565-2617, 8010-01-568-7048, 8010-01-565-2623, 8010-01-577-3926, 8010-01-578-5657, 8030-01-703-2619). This opportunity is a Total Small Business Set-Aside and seeks to establish an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Proposals are due by May 29, 2026, at 4:00 PM local time.
Scope of Work
This solicitation covers the acquisition of various paints, dopes, varnishes, and related products, including specific Primer Coatings, Surface Sealers, Seam Fillers, and Repair Kits. Contractors will be required to have access to classified data, necessitating a Secret facility clearance. Packaging must adhere to MIL-STD 2073, and inspection and acceptance will occur at the origin. Offerors must also provide hazardous material identification and safety data.
Contract Details
- Type: Firm-Fixed-Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) under FAR Part 15 and FAR Part 12.
- Duration: A 3-year base period with two 1-year option periods, totaling up to 5 years.
- Value: The contract has a minimum value of $500.00 and an aggregate maximum ceiling of $21,510,957.26 for all awardees.
- Award Intent: The government intends to award multiple contracts but reserves the right to make a single award if it is in the best interest of the government.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
Submission & Evaluation
Proposals will be evaluated using Trade Off procedures and must be submitted in four distinct sections: Technical Proposal, Past Performance Proposal, Small Business Participation Plan, and Price. The Technical Proposal is limited to 6 pages. Evaluation factors include Technical capability, Past Performance, Small Business Participation Plan, and Price. The award will be based on the best overall proposal that is most beneficial to the Government. Offerors must complete all required fill-ins and submit the pricing spreadsheet to Jennifer Elliott at jennifer.elliott@dla.mil. First Article Testing (FAT) is a mandatory requirement, and successful completion is necessary to receive the guaranteed minimum.
Key Dates
- Proposals Due: May 29, 2026, 4:00 PM local time.
- Published Date: April 28, 2026.
Contact Information
For inquiries, contact Jennifer Elliott at jennifer.elliott@dla.mil.