Adhesive TA-30
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 - Portsmouth is soliciting quotes for Adhesive TA-30, a brand-name liquid epoxy resin, for the Portsmouth Naval Shipyard in Kittery, ME. This is a 100% Small Business Set-Aside opportunity. The requirement is for "PHILLYBOND TA-30" liquid epoxy resin for acoustic tile and sound damping applications. Quotes are due April 14, 2026, at 12:00 PM EST.
Scope of Work
The Portsmouth Naval Shipyard requires two kits of ADHESIVE TA-30 55GAL, specifically "PHILLYBOND TA-30" liquid epoxy resin manufactured by ITW Philadelphia Resins / ITW Performance Polymers. Each kit contains 55 gallons of resin (Part A) and 55 gallons of hardener (Part B), totaling 110 gallons per kit. This product is essential for acoustic tile and sound damping applications. The requirement is brand name mandatory, and quotations for different manufacturers will not be considered. Additionally, vendors must provide Material Safety Data Sheets (MSDS) as a data deliverable. The product must meet MIL-A-24456, be solvent-free, and have a 24-month shelf life. Delivery is FOB Destination.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ) for commercial items using Simplified Acquisition Procedures.
- Set-Aside: 100% Small Business Set-Aside.
- Product Service Code (FSC): 8030 (Preservative And Sealing Compounds)
- NAICS Code: 325520 (Small Business Standard: 550)
- Place of Performance: Kittery, ME
- Payment Terms: Net 30 Days AFTER acceptance of material. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are accepted payment methods.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS and FAR 9.104.
- Quote Due Date: April 14, 2026, at 12:00 PM EST.
- Submission Method: Email quotations to sam.aiguier@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Required Information: Quotes must include price(s), FOB point, Cage Code, point of contact (name and phone number), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method. Vendors must list the country of origin for each line item.
- Required Forms: Offerors must complete and include Provisions 252.204-7016, 252.204-7019, and 52.212-3 (and its ALT I).
- Eligibility: Quoters must be registered in the System for Award Management (SAM) database. If not the actual manufacturer, provide the manufacturer's name, location, and business size. Compliance with DFARS Buy American Act and NIST SP 800-171 DoD Assessment Requirements is also required.
Point of Contact
Sam Aiguier, sam.aiguier@dla.mil.