80--PRIMER COATING - AND OTHER REPLACEMENT PARTS

SOL #: SPRMM126RKA01Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
SPRMM1 DLA MECHANICSBURG
MECHANICSBURG, PA, 17055-0788, United States

Place of Performance

Place of performance not available

NAICS

Paint and Coating Manufacturing (325510)

PSC

Paints, Dopes, Varnishes, And Related Products (8010)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Sep 30, 2025
2
Last Updated
Apr 29, 2026
3
Submission Deadline
May 29, 2026, 8:00 PM

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.

People

Points of Contact

JENNIFER ELLIOTT, ZID1, EMAIL JENNIFER.ELLIOTT@DLA.MILPRIMARY

Files

Files

View
Download

Versions

Version 4
Solicitation
Posted: Apr 29, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 28, 2026
Version 2
Pre-Solicitation
Posted: Feb 4, 2026
View
Version 1
Sources Sought
Posted: Sep 30, 2025
View
80--PRIMER COATING - AND OTHER REPLACEMENT PARTS | GovScope