PEDIGREE 12-0-12-I INSULATING VARNISH CLASS "N"
ID: SPMYM325Q6076Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - PORTSMOUTHPORTSMOUTH, NH, 03801-5000, USA

NAICS

Noncurrent-Carrying Wiring Device Manufacturing (335932)

PSC

ELECTRICAL INSULATORS AND INSULATING MATERIALS (5970)

Set Aside

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

    The Department of Defense, through the Defense Logistics Agency Maritime - Portsmouth, is soliciting quotes for the procurement of PEDIGREE 12-0-12-I Insulating Varnish Class "N," specifically from Elantas PDG Inc. This requirement is a total small business set-aside and is critical for maintaining operations at the Portsmouth Naval Shipyard, as the varnish is integral to a process that requires specific brand compliance to avoid costly re-approval and disposal of existing materials. Interested vendors must submit their quotations by August 5, 2025, at 2 PM ET, ensuring compliance with all federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential contractors can contact Jannell Moriarty at jannell.moriarty@dla.mil or via phone at 207-438-6395.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) SPMYM325Q6076 by DLA Maritime – Portsmouth, seeking prices for specific items, mainly a type of insulating varnish from a registered vendor. It aims to evaluate offers on a Lowest Price Technically Acceptable (LPTA) basis, requiring submissions to be fully completed and compliant with federal regulations, including registration in the System for Award Management (SAM). The items include varnish and associated data requirements, emphasizing urgency for delivery due to work stoppage at a naval facility. Vendors must specify shipping terms, payment options, and certifications regarding telecommunications equipment to ensure compliance with national standards. Specific clauses related to the acquisition of telecommunications equipment are highlighted, indicating restrictions related to security and national defense. Submission deadlines and method of evaluation make it clear that only quotes meeting requirements will be considered for contract award. Overall, this RFQ underscores the federal government's procurement process, focusing on small business participation and compliance with stringent regulations to facilitate efficient supply chain management for military operations.
    The document labeled SPMYM325Q6076 appears to reference a federal government procurement initiative. It is structured as a request for proposals (RFP) or a grant, detailing the government's intent to solicit bids or applications for specific projects or services. Although specific content and context are sparse, the RFP likely aims to identify qualified vendors or organizations capable of fulfilling the outlined requirements. Key aspects typically associated with such documents include eligibility criteria, proposal submission guidelines, evaluation criteria, and potential funding availability. This RFP reflects the government’s commitment to engaging with external partners to achieve specific objectives, potentially enhancing public services or infrastructure. The precise nature of the services or goods sought is not detailed in the provided excerpt, warranting further investigation for a comprehensive understanding. Overall, this document is instrumental in facilitating government accountability and transparency through the competitive procurement process.
    The document primarily details several Federal Acquisition Regulation (FAR) clauses focusing on telecommunications equipment and services, particularly concerning security and compliance standards for government contractors. It outlines specific representations required from Offerors regarding their use of "covered telecommunications equipment or services" as defined in relevant statutes, including the John S. McCain National Defense Authorization Act. Key clauses such as 52.204-26 and 52.204-25 establish prohibitions against contracting for equipment linked to security risks from entities like Huawei and ZTE and mandate various representations on the part of Offerors, including disclosures about proposed use, manufacturer details, and certification status. Additionally, the document includes provisions for the assessment of cybersecurity protocols as per NIST standards, indicating a strong emphasis on safeguarding government information systems. Comprehensive procedures for reviewing, assessing, and reporting compliance with these telecommunications and cybersecurity requirements are stipulated. The structured layout of definitions, prohibitions, procedures, and representations guides contractors in maintaining security and compliance throughout the acquisition process. This reflects the stringent regulatory framework shaping government contracts and the overarching goal of national security.
    The document SPMYM325Q6076 is a federal solicitation that outlines specific requirements and expectations for potential contractors vying for a government project. It serves as a formal request for proposals (RFP), indicating that the government seeks qualified vendors to provide goods or services in response to identified needs. Key details within the file include eligibility criteria, submission guidelines, evaluation parameters, and deadlines for proposal submissions. The structure is consistent with standard federal RFPs, highlighting the importance of compliance with regulations and demonstrating capabilities relevant to the project. The document emphasizes transparency and competitiveness in the procurement process, aiming to ensure that all participants understand the application requirements and how proposals will be assessed. This RFP represents a significant opportunity for contractors to engage in federal projects, aligning with the government's objectives to enhance service delivery while fostering economic activity within the contracting sector.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    80--SEALING COMPOUND
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of a sealing compound, specifically NSN 8030011543867, under a total small business set-aside. The requirement includes a quantity of 15 units to be delivered to DLA Distribution San Joaquin within 30 days after the order is placed. This sealing compound is critical for various military applications, ensuring the integrity and performance of equipment and materials. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    PLUG, SUBMARINE, SHORE POWER WHIP, MIL P/N M24368/5-001
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Maritime - Portsmouth, is seeking quotes for a Cable Assembly (MIL P/N M24368/5-001), specifically a Plug for Submarine Shore Power Whip. This procurement is set aside exclusively for small businesses and requires compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, particularly concerning telecommunications equipment and supply chain security. The selected contractor will be responsible for delivering the specified item by December 19, 2025, with quotes due by December 15, 2025. Interested parties should contact Jannell Moriarty at jannell.moriarty@dla.mil for further details and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    Vent Duct
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking bids for the procurement of various types of vent ducting, specifically under the solicitation SPMYM326Q4011. The requirement includes a range of vent duct products, such as R-3 Blue – Fire Retardant PVC hoses, which are crucial for ensuring efficient airflow and fire safety in military applications. This opportunity is set aside for small businesses, with quotes due by December 15, 2025, at 10:00 AM EST, and must include compliance with federal acquisition regulations, including the Buy American Act. Interested vendors should contact Gary Chandler at gary.1.chandler@dla.mil for further details and ensure they are registered in SAM to participate in the bidding process.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    INSERT ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Maritime - Portsmouth, is soliciting proposals for "Insert Assembly" items, specifically Teledyne part numbers 1085119-101 and 1085115-101 or equal, under a 100% Small Business Set-Aside. This procurement aims to secure essential electronic connectors for military applications, emphasizing the need for compliance with various federal regulations, including pre-FAT certification and adherence to specific FAR and DFARS clauses regarding telecommunications equipment. Interested vendors must submit their quotations by December 19, 2025, at 12:00 EST, and are required to register in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, potential offerors can contact Sam Aiguier at sam.aiguier@dla.mil.
    ODMS ANODE PENCIL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 250 ODMS Anode Pencils, a critical component used on the 87 WPB vessels. These anodes, manufactured by Chand Corporation, must be individually packaged according to strict military standards to ensure compliance with packaging, packing, marking, and bar-coding requirements. The contract will be awarded on a Firm Fixed Price basis to the lowest price technically acceptable offeror, with a submission deadline for quotations set for December 9, 2025, at 9:00 AM Eastern Standard Time. Interested vendors should direct inquiries and submit their quotations via email to Eric Goldstein at Eric.I.Goldstein@uscg.mil, ensuring they meet all necessary registration and certification requirements.
    POWDER, TEC-M400
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Maritime - Portsmouth, is soliciting proposals for 200 units of TEC-M400 Nickel Copper Powder, specifically for cold spray operations. This procurement is a 100% Small Business Set-Aside, emphasizing the need for compliance with various federal regulations and specifications, including the provision of descriptive literature to demonstrate adherence to the required standards. The solicitation is critical for ensuring the availability of specialized materials necessary for defense operations, with a closing date for submissions set for December 16, 2025, at 4:00 PM EST. Interested vendors should direct inquiries to Sam Aiguier at sam.aiguier@dla.mil and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.
    80--EPOXY PAINT
    Buyer not available
    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.
    5640 Thermal Insulation Sleeving, Silica Pipe Cover
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is seeking proposals from qualified vendors for the procurement of thermal insulation sleeving, specifically silica pipe cover, under a firm-fixed-price contract. This acquisition is conducted on a brand name basis, requiring products from the Original Equipment Manufacturer (OEM) Johns Manville Corporation or authorized distributors, with a focus on ensuring compliance with various federal regulations. The selected contractor will be responsible for delivering all items to the SRF and JRMC in Yokosuka, Japan, by January 9, 2026, with transportation arranged and paid for by the government. Interested parties must submit their quotes via email to Wilfredo Gervacio and ensure they are registered in SAM, with all proposals adhering to the specified requirements and deadlines outlined in the solicitation documents.
    Differential Pressure Transducer
    Buyer not available
    The Defense Logistics Agency (DLA) Maritime - Portsmouth is seeking quotations for a Differential Pressure Transducer, specifically the Schneider Electric P/N: 2989-3 or Eaton 41 GP21 Y-50D, as part of a 100% Small Business Set-Aside procurement. This equipment is critical for maintaining operational efficiency at the Portsmouth Naval Shipyard in Kittery, Maine, and must be compatible with existing infrastructure, as the original manufacturer no longer produces the part. Interested vendors must submit their quotes by December 16, 2025, at 3:00 PM EST, and ensure compliance with various FAR and DFARS clauses, including those related to telecommunications equipment and supply chain security. For further inquiries, potential offerors can contact Stephen Smith at Stephen.1.Smith@dla.mil.