Chemical Agent Resistant Coating-Low Solar Absorption (CARC-L) Paint System DRAFT RFP
ID: W912CH24R0180-DRAFTRFPType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Paint and Coating Manufacturing (325510)

PSC

PAINTS, DOPES, VARNISHES, AND RELATED PRODUCTS (8010)

Set Aside

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

    The Department of Defense, specifically the Army, is seeking proposals for the procurement of a Chemical Agent Resistant Coating - Low Solar Absorption (CARC-L) paint system through a draft Request for Proposal (RFP). The contract will be structured as a Firm-Fixed Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) agreement, with a focus on small business participation as it is a 100% Small Business Set-Aside. This procurement is critical for military applications, ensuring compliance with specific military standards for paint performance, including color options and reflectance requirements. Interested contractors are encouraged to provide feedback on pricing models and submit their proposals, with the primary contact for inquiries being Lauren Wagner at lauren.e.wagner10.civ@army.mil. The solicitation emphasizes the importance of adhering to technical specifications and submission guidelines, with a total estimated quantity of approximately 31,431.7 gallons over the contract period.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Technical Information Questionnaire (TIQ), part of solicitation W912CH-24-R-0180, which is designed for offerors to demonstrate technical acceptability related to specific performance requirements. The TIQ necessitates comprehensive answers and documentation from potential contractors, as failure to comply may lead to proposal rejection. Key evaluation questions focus on compliance with military standards concerning color and reflectance, Total Solar Reflectance requirements, and storage stability. Each question requires substantiating evidence, such as letters or test data from the Army Research Lab (ARL) and commitments from qualified sources. Overall, the TIQ aims to ensure that proposals align with established military specifications, thereby facilitating an efficient evaluation process for federal procurement in alignment with contractor capabilities and compliance with military standards.
    The file outlines the pricing submission requirements for Solicitation W912CH-24-R-0180, specifically focusing on the pricing workbook for bidders. It emphasizes that all yellow-highlighted cells in the workbook must be completed to accurately calculate the total proposed price, which is summarized in a dedicated tab. Offerors are instructed not to modify any non-yellow cells or add worksheets, as doing so could lead to rejection of their proposals. The workbook includes detailed pricing for three ordering periods, breaking down quantities and descriptions for different product sizes, such as 3-gallon and 1.5-gallon containers. It summarizes estimated quantities and proposed unit prices, culminating in an overall total proposed price for all periods, which amounts to approximately 31,431.7 gallons. This document serves as a critical tool in the government procurement process, ensuring consistency and clarity in bids submitted by contractors.
    The document outlines a solicitation for a government contract to procure Chemical Agent Resistant Coating - Low Solar Absorption (CARC-L) topcoat paint systems for a three-year period, categorized as a Firm-Fixed Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract. The solicitation stipulates specific color options (green, brown, tan, sand, black) and sizes available (3-gallon, 1.5-gallon, 3-pint, and 10x200 mL kits). It emphasizes a 100% Small Business Set-Aside policy, requiring thorough adherence to proposal submission guidelines and evaluation criteria outlined in the RFP. Key features include the requirement for qualification under specific military standards, a structured approach to submission with references to specific sections for offerors to complete, and important notes on security and compliance. Delivery instructions specify shipping destinations, while operational guidelines cover inspections and meeting procedures. The document's primary aim is to solicit bids for supplying CARC-L paint while ensuring that the procurement process follows federal regulations and protects national security interests. Overall, the solicitation highlights the importance of compliance with technical specifications and contract management protocols.
    Similar Opportunities
    Aircraft Paints, Primers, and Coatings
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for aircraft paints, primers, and coatings under solicitation number 70Z03826QE0000001. The procurement aims to secure various high-durability epoxy primers and polyurethane topcoats essential for protecting aircraft in maritime environments, with specific requirements for color, gloss, and compliance with military specifications. Interested vendors must provide qualified products, including color coupons for specific shades, and ensure delivery within 30 days, with a contract structure comprising a one-year base period and four one-year option periods. Quotations are due by December 24, 2025, and inquiries should be directed to Denise Bulone at Denise.J.Bulone@uscg.mil.
    80--EPOXY PAINT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of Epoxy Paint, Navy Formula 186, Type I, under the NAICS code 325510. This procurement is critical for maintaining the operational readiness of naval vessels, as the paint is designed for use on submarines and surface ships, ensuring protection and durability in challenging marine environments. Interested contractors must comply with specific quality assurance and testing requirements, including First Article Testing and Production Lot Testing, with a contract award anticipated to be issued bilaterally. For inquiries, potential bidders can contact Abigail R. Hurlbut at 717-605-6805 or via email at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    Synopsis W912CH-25-R-0176 - Collapsible Fabric Tanks (3k, 20k, 50k, 210k US gallon)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is preparing to solicit a 5-Year Firm Fixed Price Contract for the procurement of Collapsible Fabric Tanks in various sizes (3k, 20k, 50k, and 210k US gallons). These tanks are essential for military operations, adhering to the Military Performance Specification MIL-PRF-32233D, and will be procured under solicitation number W912CH-25-R-0176. Interested vendors must be registered in the System for Award Management (SAM) and are advised to monitor the solicitation's electronic posting for updates and amendments, as the solicitation is expected to be released in approximately fifteen days. For further inquiries, potential bidders can contact Lyndsey Pena at lyndsey.m.pena.civ@army.mil.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    RR-203/AL Chaff 5 Year IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the RR-203/AL Chaff 5 Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement involves the supply of electronic countermeasures and related equipment, with specific requirements including First Article Testing (FAT), Lot Acceptance Testing (LAT), and Contractor Data Requirements Lists (CDRLs), all of which are to be delivered under FOB Destination and Origin terms. The goods are critical for military operations, enhancing the capabilities of defense systems against electronic threats. Interested vendors are encouraged to submit their offers, as the solicitation will be available no earlier than the response date for this presolicitation notice. For further inquiries, Brent Wagner can be contacted at brent.wagner2.civ@us.navy.mil or by phone at 771-229-0599.
    183 CES Paint Munitions Buildings 143 & 154
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking a contractor to provide painting services for Munitions Buildings 143 and 154 located in Springfield, Illinois. The project aims to address widespread corrosion on the exterior of both buildings, requiring the contractor to supply all necessary materials, labor, and equipment to prepare, clean, and paint the buildings, including applying two final coats of paint. This contract is set aside entirely for small businesses, with a total estimated value of less than $25,000, and is expected to be awarded within a 30-day period following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register in the System for Award Management (SAM) to participate, with the solicitation anticipated to be issued in early May 2025.
    Reactive and Inactive Skin Decontamination Lotion
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking procurement for Reactive and Inactive Skin Decontamination Lotion (RSDL/ISDL). This contract involves the acquisition of specialized drugs and biologicals designed for decontaminating skin exposed to hazardous substances, which is critical for the safety and protection of military personnel in various operational environments. The opportunity is detailed in a redacted Justification and Approval document, indicating the importance of these products in maintaining troop readiness and safety. Interested vendors can reach out to Myrna I. Rodriguez at Myrna.Rodriguez@dla.mil or call 215.737.4711 for further information regarding this procurement.
    Coatings and Engravings
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for coatings and engravings services. This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment (ALRE) and other support equipment essential for naval operations, facilitating a streamlined acquisition process for the government. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years and individual call limits not exceeding $250,000. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.