SILOXANE NON SKID
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 proposals for SPRAYABLE SILOXANE NON SKID, BLACK, N-9020, MIL-PRF-24667, TYPE X in 5 GL KITS. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The estimated contract value is over $15,000.00, with a period of performance around November 2025. Offers are due February 11, 2026, at 2:00 PM PST.
Scope of Work
This solicitation requires the provision of SPRAYABLE SILOXANE NON SKID, BLACK, N-9020, MIL-PRF-24667, TYPE X, in 5 GL KITS, with a quantity of 10 KITS per line item across two line items. Key requirements include:
- Product Specifications: MIL-PRF-24667, TYPE X.
- Shelf Life: Minimum 80% remaining upon receipt.
- Packaging: Must meet Level A packaging requirements, including Performance-Oriented Packaging (POP) tests.
- Hazardous Material Compliance: Adherence to all applicable regulations for preservation, packaging, and shipping of hazardous materials (domestic, postal, international maritime, air).
- Marine Paint Labeling: Compliance with NESHAP for Shipbuilding and Ship Repair (Surface Coating), requiring VOC and batch number labels on containers, and batch certification forms.
- Unique Item Identification: Required for items with a Government unit acquisition cost of $5,000 or more, or as specified in the schedule, including data matrix symbology and reporting.
Contract Details
- Contract Type: Firm Fixed Price (for items).
- Period of Performance: Approximately November 2025 to November 2025.
- Estimated Value: Over $15,000.00.
- Place of Performance: Bremerton, WA 98314, United States (FOB Destination).
- Delivery Date: February 13, 2026.
Submission & Evaluation
- Offer Due Date: February 11, 2026, at 2:00 PM PST.
- Submission: Electronic submission of quotes is available through SAM.gov. A signed and completed solicitation must be submitted via email or fax to jack.edwards@dla.mil. Offerors must complete box 17A, sign page 1 boxes 30 a, b, and c, provide cage code, quote FOB Destination Bremerton, WA, annotate lead time, and specify manufacturer name and country of manufacturing.
- Electronic Invoicing: Required via Wide Area Work Flow (WAWF).
- Evaluation: Offers will be evaluated based on Technical, Price, and Performance factors.
- NIST SP 800-171: Contractors (awardees) are required to have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019, unless items are Commercial Off The Shelf (COTS) and identified as such during the bid.
Eligibility / Set-Aside
- Set-Aside: This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- NAICS: 325510 (Paint and Coating Manufacturing) with a size standard of 1000 employees.
- Other Requirements: Contractors must be U.S. Citizens and possess a DBIDS credential for base access.
Additional Notes
Payment will be processed via WAWF. Inspection will occur 4-7 days at the destination. Numerous FAR and DFARS clauses are incorporated.