Opportunity
SAM #N0010426QYA2A
Navy Solicitation for Mercury-Free Epoxy Primer Coating (Cage 54636, B62H220)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
March 30, 2026
Respond By
April 27, 2026
Identifier
N0010426QYA2A
NAICS
325510, 424950
This procurement opportunity from the Department of the Navy's NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) seeks Epoxy Primer Coating for naval applications. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) - OEMs and Vendors: - Cage Code 54636 (OEM/manufacturer referenced) - Only authorized distributors of the original manufacturer's item are eligible; proof of authorization required - Products/Services Requested: - Epoxy Primer Coating - Part Number: B62H220 - Quantity: Not specified - Mercury-free formulation - Suitable for use on submarines and surface ships - Marking must comply with MIL-STD-130 - Packaging must comply with MIL-STD 2073 - Certificate of Conformance (COC) or Certificate of Acceptance (COA) required with each item - Test reports and batch traceability documentation required - Unique/Notable Requirements: - Only authorized distributors of the OEM's item will be considered - Procurement is DO certified for national defense under DPAS - Strict documentation and traceability requirements for quality assurance
Description
Contact Information Code: 4 Reference: N741.11 GDS: N/A Email: ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL
Item Unique Identification and Valuation (Jan 2023) Reference Code: 19
Inspection of Supplies--Fixed-Price (Aug 1996) Reference Code: 2
Inspection/Acceptance Point Code: 6 Status: TBD
Wide Area Workflow Payment Instructions (Jan 2023) Code: 16 Details: Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material Other Codes: N/A, TBD, N00104, W25G1U-309; W62G2T-308 Note: SEE FORM DD1423
Navy Use of AbilityOne Support Contractor - Release of Offeror Information (Mar 2018) Code: 1
Mandatory Use of Workflow Pro (WFP) Mod Assist Module Code: 1
Equal Opportunity for Veterans (Dev 2026-O0040) (Feb 2026) Code: 4
Warranty of Supplies of a Noncomplex Nature (June 2003) Code: 6 Warranty Period: One year from date of delivery
Equal Opportunity for Workers with Disabilities (Dev 2026-O0040) (Feb 2026) Code: 4
Transportation of Supplies by Sea (Oct 2024) Code: 2
Buy American-Free Trade Agreements-Balance of Payments Program-Basic (Feb 2024) Code: 11
Small Business Subcontracting Plan (DoD Contracts)-Basic (Dev 2026-O0037) (Feb 2026) Code: 2
Warranty of Data-Basic (Deviation 2026-O0035) (Feb 2026) Code: 2
Contractor Purchasing System Administration-Basic (Deviation 2026-O0015) Code: 1
Notice of Total Small Business Set-Aside (Dev 2026-O0037) (Feb 2026) Code: 1
Security Prohibitions and Exclusions (Class Deviation 2026-O0025) (Feb 2026) Code: 7
Small Business Program Representations (Dev 2026-O0037) (Feb 2026) Code: 20
Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (Feb 2024) Code: 5
Buy American-Balance of Payments Program Certificate-Basic (Feb 2024) Code: 1
Alternate A, Annual Representations and Certifications (Deviation 2026-O0043) (Feb 2026) Code: 13
Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008) Code: 2 Status: X
Additional Notes: This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. All contractual documents (contracts, purchase orders, task orders, delivery orders, and modifications) related to this procurement are considered "issued" by the Government when copies are mailed, faxed, or sent electronically. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation.
Contract Details 1. Scope This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the Epoxy Primer Coating.
2. Applicable Documents 2.1 Applicable Documents - The documents listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.
3. Requirements 3.1 Cage Code/Reference Number Items - The Epoxy Primer Coating furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s): Cage 54636, ref. no. B62H220. 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012. 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number as follows: Code 1: Part number change only - If the Manufacturer's Part Number has changed but parts are identical, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable.
3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and shall contain no metallic mercury and be free from mercury contamination. Mercury contamination will be cause for rejection. If inclusion of metallic mercury is required as a functional part of the material, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding. The use of mercury, mercury compounds, or mercury-bearing instruments/equipment in a manner which might cause contamination in manufacture, assembly, or test is prohibited. If external contamination by metallic mercury occurs or is suspected, a test involving enclosing the equipment in a polyethylene bag or airtight container for eight hours at room temperature can be used to detect mercury vapor concentration. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall ensure Subcontractor compliance.
3.5 The supplier shall provide a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each SHT material. Package one COC/COA per item. See CDRL A0001 for more information.
4. Quality Assurance 4.1 Responsibility for Inspection - Unless otherwise specified, the Contractor is responsible for all inspection requirements. The Government reserves the right to perform any inspections deemed necessary. 4.2 Responsibility for Compliance - All items must meet contract requirements. Sampling does not authorize submission of defective material. 4.3 Records - Records of all inspection work shall be kept complete and available to the Government during performance and for 365 days after final delivery. 4.4 A Certificate of Conformance (COC) or Certificate of Acceptance (COA) shall accompany each SHT material as stated within PNS ltr 9110 Ser 250/009 of 1 Mar 23. Package one COC/COA per item. Supplier format is acceptable.
5. Packaging 5.1 Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and MIL-STD 2073 packaging as found elsewhere in the schedule.
6. Notes 6.1 Ordering Information for Document References: The Department of Defense Single Stock Point (DODSSP) website: http://www.dsp.dla.mil/ provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS). Most specifications can be obtained directly from http://quicksearch.dla.mil/. Availability of cancelled documents, commercial specifications, ordnance standards, and other technical manuals are detailed with contact addresses provided. Requests for "Official Use Only" and "NOFORN" documents must be submitted via the cognizant Defense Contract Management Command (DCMC) or PCO as appropriate.
6.2 Notice to Distributors/Offerors - Consideration for award shall be given only to authorized distributors. Proof of authorization must be provided.
6.3 Distribution Statements - In accordance with OPNAVINST 5510.1, all documents and drawings must include a distribution statement indicating limits of distribution and safeguarding information. A: Approved for public release; distribution is unlimited. B: Distribution authorized to US Government agencies only. C: Distribution authorized to US Government agencies and their contractors. D: Distribution authorized to DoD and DoD contractors only. E: Distribution authorized to DoD Components only. F: Further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X: Distribution authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.
6.4 Documents "250.009 CUI Request for Naval Sea Systems Command Consideration for Reduction in Receipt Inspection Requirements for Submarine Special Hull Treatment Material" and "9690 ltr ser 05u7_039 - SHT receipt inspection reduction Distro (004).pdf" are available upon request. These documents cover noise reduction and whether PLT can be waived in lieu of a COC/COA.
Date of First Submission: ASREQ A Certificate of Conformance (COC) or Certificate of Acceptance (COA) shall accompany each SHT material as stated within PNS ltr 9110 Ser 250/009 of 1 Mar 23. Package one COC/COA per item. Supplier format is acceptable. COC/COA shall provide test reports certifying conformance of material samples to requirements and documentation for traceability of each unit to the material batch that produced it. COC/COA satisfies the laboratory/material testing part of the receipt inspection process. Per approval letter, "No receipt inspection material/laboratory testing is required." PNS ltr 9690 Ser 05U7/039, 29 Mar 2023, approves request from PNS ltr 9110 250/009, 1 Mar 23; both available upon request. The requirements of these letters do not authorize any change in terms, conditions, delivery schedule, price, or amount of the subject contract or any other Government contract. If these requirements represent a change for which you are entitled to an equitable adjustment, comply with the "Notification of Changes" clause in the contract.
Additional Links: See Solicitation N0010426QYA2A