VHB TAPE

SOL #: SPMYM226Q5465Award Notice

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Silverdale, WA

NAICS

All Other Miscellaneous Textile Product Mills (314999)

PSC

Wallboard, Building Paper, And Thermal Insulation Materials (5640)

Set Aside

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

Timeline

1
Posted
Jan 30, 2026
2
Last Updated
Feb 10, 2026

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 has issued an Award Notice for the acquisition of VHB ACRYLIC FOAM TAPE. This opportunity was a Total Small Business Set-Aside. The original solicitation (SPMYM226Q5465) sought 15 units of 3M 4926 GRAY VHB ACRYLIC FOAM TAPE.

Scope of Work

The awarded contract is for 15 Each of 3M 4926 GRAY VHB ACRYLIC FOAM TAPE, 24 IN X 36 YD, manufacturer part number 70006429933. Key requirements for the acquisition included Supply Chain Traceability Documentation, packaging compliant with ASTM-D-3951, and Unique Item Identification (IUID) for CLIN 0001.

Contract Details

This was a Firm Fixed Price acquisition, published as an Award Notice on February 10, 2026. The original solicitation was a Total Small Business Set-Aside under NAICS Code 314999 (Small Business Size Standard: 550). The estimated value of the original solicitation was over $15,000.00. Awardee and specific award value details are not provided in this notice.

Original Solicitation & Evaluation

Offers for the original solicitation were due on February 2, 2026, at 10:00 AM. Proposals were evaluated based on Technical, Past Performance, and Price, with Technical and Past Performance considered more important than Price. Past Performance was assessed using the Supplier Performance Risk System (SPRS) and internal sources. Offerors were required to meet or exceed specifications and other terms.

Additional Notes

Original requirements included registration in SAM.gov and WAWF, Defense Biometric Identification System (DBIDS) credential for base access, and specific liability insurance. Various FAR/DFARS provisions, including Buy American and Trade Agreements, were incorporated by reference.

People

Points of Contact

Armando SayaPRIMARY

Files

Files

Download

Versions

Version 2Viewing
Award Notice
Posted: Feb 10, 2026
Version 1
Solicitation
Posted: Jan 30, 2026
View
VHB TAPE | GovScope