EPOXY COATING KIT
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 - Puget Sound is soliciting bids for an Epoxy Coating Kit under a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. This opportunity, with an estimated value over $15,000, requires specific MIL-PRF-23236 & 24647 compliant materials for marine coating applications. Bids are due April 10, 2026, at 1:00 PM.
Scope of Work
This solicitation is for 90 Kits of AMERCOAT 235 OXIDE RED EPOXY COATING KIT, specifically requiring compliance with MIL-PRF-23236 & 24647, Type V, Class 5 & 7, Grade C. The product must have a minimum of 80% shelf life remaining upon receipt. The coating is intended for ship structures and various marine coating processes (brush & roll, spray booth) at locations including Bremerton, WA, and other zones as detailed in the AUL documents. Requirements include hazardous material identification, Material Safety Data Sheets (MSDS), and Item Unique Identification (IUID) for items valued at $5,000 or more.
Contract Details
- Type: Solicitation
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- NAICS Code: 325520 (Paint and Coating Manufacturing), Size Standard: 550 employees
- Place of Performance: Bremerton, WA (Puget Sound Naval Shipyard)
- Payment: Via Wide Area Work Flow (WAWF)
- Period of Performance: Estimated to November 2025 (as noted in Section A of the solicitation)
Submission & Evaluation
To be deemed responsive, bidders must complete and return the signed solicitation packet via email or fax to JACK EDWARDS (jack.edwards@dla.mil). Key submission requirements include:
- Completing box 17A and signing page 1 boxes 30 a, b, and c.
- Providing CAGE code.
- Quoting FOB Destination Bremerton, WA.
- Annotating lead time, manufacturer name, and country of manufacturing.
- NIST SP 800-171: Required for contractors unless items are Commercial Off The Shelf (COTS), which must be identified to the contracting officer.
- CDRL: A "CERTIFICATION DATA REPORT" (Certification of Analysis) per DI-MISC-82386 is required, with submission via WAWF e-Business Suite if awarded.
- Evaluation: Award will be based on Technical, Price, and Performance factors.
- Delivery: Estimated by April 17, 2026, to Puget Sound Naval Shipyard.
Key Dates
- Published Date: April 8, 2026
- Offer Due Date: April 10, 2026, at 1:00 PM