GRIT, ABRASIVE BLAST

SOL #: SPMYM4-26-Q-3214Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PEARL HARBOR
PEARL HARBOR, HI, 96860-5033, United States

Place of Performance

Place of performance not available

NAICS

Abrasive Product Manufacturing (327910)

PSC

Abrasive Materials (5350)

Set Aside

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

Timeline

1
Posted
Feb 19, 2026
2
Submission Deadline
Feb 25, 2026, 10:00 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 - Pearl Harbor has issued a Solicitation (RFQ SPMYM4-26-Q-3214) for Abrasive Blast Grit, specifically Aluminum Oxide, Coarse Special #24 Grit Size, Type-1, Virgin Material Only. This is a 100% Total Small Business Set-Aside. The material is required in 1-ton (2000 lb) bags for delivery to the Pearl Harbor Naval Shipyard. Quotations are due by February 25, 2026, at 12:00 PM HST.

Scope of Work

This opportunity requires the supply of 20 bags of Aluminum Oxide, Coarse Special #24 Grit Size, Type-1, Virgin Material, with each bag weighing 1 ton (2000 lbs). The material must meet CID A-A-59316 specifications. Key requirements include:

  • Material: Aluminum Oxide, Coarse Special #24 Grit Size, Type-1, Virgin Material. No substitutions allowed.
  • Packaging: Bulk commodity shipping bags (1-ton/2000 lb) made of woven polypropylene, UV protected, with a 5:1 Safety Factor rating. Bags must have specific denier, count, double strength sidewalls, single poly top/bottom, 4+ pickup points, 4+ lift straps, reinforced strap, 2"+ polyester webbing, and a 10" discharge spout. A 3.5mil polyester liner/moisture barrier is mandatory. Bags must be palletized IAW Mil-Std-147.
  • Marking: Each bag must be marked with stock number 5350-HM-CN0-9875 and a batch/lot number.
  • Documentation: A Certificate of Conformance (COC) and Safety Data Sheet (SDS) are required with shipment, with batch/lot numbers matching the bags.

Contract Details

  • Contract Type: Solicitation (RFQ SPMYM4-26-Q-3214)
  • Pricing Arrangement: Firm Fixed Price
  • Delivery: Requested by March 19, 2026, FOB Destination.
  • Period of Performance: Not explicitly stated, but provisions and clauses are effective through FAC 2025-06 October 1, 2025, and DFARS Change Notice 20251110.

Submission & Evaluation

  • Quote Due Date: February 25, 2026, at 12:00 PM HST.
  • Submission Method: Email quotes to angela.morrelli.civ@us.navy.mil. The attachment should be labeled “SPMYM4-26-Q-3146” (Note: RFQ number is 3214).
  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical capability is a go/no-go factor.
  • Required Quote Information: Company information, price, manufacturer name, country of origin, business size, delivery date/lead time, reseller/distributor status, and any manufacturer pricing agreements.
  • Required Attachments: Completed copies of Provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019.
  • Vendor Responsibility: Will be determined using PPIRS and screened per FAR 9.104.

Eligibility / Set-Aside

This is a 100% Total Small Business Set-Aside.

  • NAICS Code: 327910 (Abrasive Product Manufacturing)
  • Offerors must be registered in the System for Award Management (SAM).
  • FAR 52.219-1 requires offerors to represent their small business status.

Important Clauses & Notes

Bidders must review numerous FAR, DFARS, and DLAD clauses, including those related to:

  • Prohibition on certain telecommunications and video surveillance equipment (FAR 52.204-26, 52.204-24, 52.204-25, 252.204-7016).
  • Prohibition on ByteDance covered applications (FAR 52.204-27).
  • Federal Acquisition Supply Chain Security Act Orders (FAR 52.204-29 & 52.204-30).
  • Electronic invoicing and payment via Wide Area Workflow (WAWF) (DFARS 252.232-7006). Inspection and Acceptance will occur at the destination with a 7-day acceptance timeframe.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 19, 2026
GRIT, ABRASIVE BLAST | GovScope