Wilsonart (Or Equal) Laminate Sheeting
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 quotations for Wilsonart (or equal) Laminate Sheeting for the Portsmouth Naval Shipyard in Kittery, ME. This is a Total Small Business Set-Aside opportunity. A revised Request for Quotation (RFQ) was posted on February 12, 2026, correcting a typographical error. Quotations are due by February 17, 2026, at 4:00 PM EST.
Scope of Work
The requirement is for specific decorative laminate sheets, "or equal" to ARBORITE/WILSONART® METALCORE DECORATIVE LAMINATE, MATTE FINISH, meeting MIL-P-17171 standards. The items include:
- Item 0001: 15 sheets of #7919-958 AMBER CHERRY.
- Item 0002: 15 sheets of #7054-958 WILD CHERRY.
- Item 0003: 480 square feet of #7209-958 NEPAL TEAK. All laminates must be 0.060” T x 48” x 96” with 0.045” aluminum and 0.015” plastic laminate thickness. Material must be packaged flat on a skid. Vendors offering alternatives to Wilson Art must provide a sample for color verification.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 325211 (Plastics Fabricated Materials)
- Size Standard: 1,250 employees
- FAR Parts: 12 (commercial) and 13 (non-commercial)
- Payment Terms: Net 30 days after inspection and acceptance, via Government Purchase Card (GPC) or Wide Area Workflow (WAWF).
- Required Delivery Date (RDD): January 30, 2026. Offers not meeting or exceeding this RDD may be considered non-responsive.
Submission & Evaluation
- Quote Due Date: February 17, 2026, 4:00 PM EST.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Offers will be evaluated for technical acceptability against specifications. Award may be made without discussions.
- Submission Method: Email quotations to Thomas.AppleJr@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Required Information: Include price(s), FOB point, Cage Code, point of contact, GSA contract number (if applicable), business size under NAICS 325211, and preferred payment method.
- Registration: Offerors must be registered and active in SAM.gov.
- Compliance: Offerors must complete and include provisions 252.204-7016 and 252.204-7019, and complete FAR 52.212-3 if not updated in SAM.
Additional Notes
Bidders must review all incorporated FAR, DFARS, DLAD, and Local clauses, particularly those related to cybersecurity (NIST SP 800-171), covered defense telecommunications equipment, and basic safeguarding of contractor information systems. Vendor responsibility will be determined using PPIRS.