Opportunity

SAM #SPMYM326Q8014

DLA Solicitation for ITW Phillybond TA-30 Adhesive Kits and Data Requirements for Portsmouth Naval Shipyard

Buyer

DLA Maritime Portsmouth

Posted

April 02, 2026

Respond By

April 14, 2026

Identifier

SPMYM326Q8014

NAICS

325520, 424690

This opportunity involves the Defense Logistics Agency (DLA) Maritime - Portsmouth's solicitation for brand name mandatory adhesive kits and associated data requirements for the Portsmouth Naval Shipyard. - Government Buyer: - Department of Defense, Defense Logistics Agency (DLA) Maritime - Portsmouth - Contracting Specialist: Sam Aiguier - Place of performance and delivery: Portsmouth Naval Shipyard, Kittery, Maine - OEMs and Vendors: - Illinois Tool Works Inc. (ITW) Performance Polymers (ITW Philadelphia Resins) - Products/Services Requested: - 2 kits of Phillybond TA-30 adhesive (liquid epoxy resin) - Each kit includes: - Part A: 55 gallons epoxy resin - Part B: 55 gallons hardener with color dye - Total: 110 gallons per kit - Part Number: PHILLYBOND TA-30 / 8030-LL-N03-4936 - Application: Acoustic tile and sound damping, solvent-free, safe for welding environments - Must comply with MIL-A-24456 - 1 unit of Data Requirements - Exhibit A, SEQ A001: Material Safety Data Sheets (MSDS) - Unique/Notable Requirements: - Brand name mandatory to ITW Philadelphia Resins (ITW Performance Polymers); no substitutes accepted - 100% Small Business Set-Aside - Evaluation on Lowest Price Technically Acceptable (LPTA) basis - Compliance with FAR/DFARS clauses, including cybersecurity and Buy American Act - Hazardous material identification and safety data sheets required - Preservation, packaging, and inspection provisions apply

Description

Combined Synopsis/Solicitation for Commercial Items This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.gov. The RFQ number is SPMYM326Q8014. This solicitation documents and incorporates provisions and clauses in effect through FAC 2026-01 March 13, 2026 and DFARS Change Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.ecfr.gov https://www.acquisition.gov/content/list-sections-affected http://www.acq.osd.mil/dpap/dars/change_notices.html The FSC Code is 8030 and the NAICS code is 325520. The Small Business Standard is 550. This requirement is being processed utilizing 100% Small Business Set-Aside. Evaluation Criteria Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. Brand Name Requirement This requirement is brand name mandatory to ITW Philadelphia Resins due to only Phillybond TA-30 ensuring successful job performance. Quotations received that represent a different manufacturer will not be considered for award. Requirement Details The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Item No. Description Quantity Unit Unit Price Total Price 0001 ADHESIVE TA-30 55GAL Liquid Epoxy Resin, Philadelphia Resins "PHILLYBOND TA-30" UI = KIT (Part A 55GAL Resin, Part B 55GAL Hardener – w/Color Dye Included) Manufacturer: Illinois Tool Works Inc., ITW Performance Polymers (110 GAL total per kit) for Acoustic Tile and Sound Damping 2 KT _______ ____ 0002 DATA REQUIREMENTS A001 Exhibit A, SEQ A001: Material Safety Data Sheets 1 EA NSP NSP___ Important Notes NOTE: Offerors must complete the attached provisions 252.204-7016 and 252.204-7019 and include the completed provisions with their offer. FAR Clauses and Provisions 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Maintenance 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-5, Certification Regarding Responsibility Matters (OVER SAT) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services 52.212-4, Contract Terms and Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations (OVER 10K) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-50, Combating Trafficking in Persons 52.223-11, Ozone Depleting Substances 52.225-1, Buy American-Supplies 52.225-13, Restriction on Certain Foreign Purchases 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by EFT-SAM 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-2, Service of Protest 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.242-13, Bankruptcy 52.242-15, Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.253-1, Computer Generated Forms DFARS Clauses and Provisions 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Antiterrorism Awareness Training for Contractors 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013) 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, * See Attachment for this provision. 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019, See Attachment for this provision. 252.204-7020, NIST SP 800-171 DoD Assessment Requirements 252.204-7024, Notice on the Use of the Supplier Performance Risk System 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification and Valuation 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export Controlled Items 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions *See Attachment for Full Text 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea Note: Vendor shall list the country of origin for each line item. DLAD Clauses and Provisions (See Attachment for Full Text) 5452.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution DLA Procurement Notes (See Attachment for Full Text) C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 Contractor Retention of Supply Chain Traceability Documentation (MAR 2023) C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017) C20 Vendor Shipment Module (VSM) (AUG 2017) E05 Product Verification Testing (JUN 2018) H10 Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020) L06 Agency Protests (DEC 2016) L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations L31 Additive Manufacturing (JUN 2018) Local Clauses (See Attachment for Full Text) YM3 A1: Additional Information YM3 C500: Mercury Control (Supplies) YM3 C528: Specification Changes YM3 D2.2: Marking of Shipments (D2 or D2.2, per JML) YM3 D4: Preparation for Delivery YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard Quoters are reminded to include a completed copy of 52.212-3 and its ALT I if not updated in SAM. Solicitation Closing This announcement will close 4/12/2026 at 12:00 PM EST. The Point of Contact for this solicitation is Sam Aiguier who can be reached at sam.aiguier@dla.mil. All responsible sources may submit a quote which shall be considered by the agency. Registration System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. Manufacturer Information If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided. Quotation Submission Please submit quotations via email at sam.aiguier@dla.mil Quotes also to: DLA-KME-QUOTATIONS@DLA.MIL Quotation Requirements All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Please note, if selecting GPC, the Government does NOT utilize third party payment entities (Zelle, Venmo, Paypal, etc.). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. If selecting GCPC as the preferred method of payment, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF. End of Synopsis/Solicitation ****** END OF COMBINED SYNOPSIS/SOLICITATION ********

View original listing