ARALDITE 507
ID: W519TC25QLITEType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Plastics Material and Resin Manufacturing (325211)

PSC

ADHESIVES (8040)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 6:30 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of 385 gallons of Araldite 507, a commercial adhesive product. This Request for Quotation (RFQ) is issued under Solicitation Number W519TC25QLITE, and the contract will be awarded based on the lowest price that meets all solicitation requirements, with a suggested delivery date of July 1, 2025. The procurement is critical for military applications, ensuring compliance with stringent quality standards, as outlined in the attached documentation, including requirements for a Certificate of Conformance and specific lot number instructions. Interested vendors must submit their proposals by February 6, 2025, at 12:30 PM Central Time, and can direct inquiries to Bridget Garnica at bridget.m.garnica.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Jan 6, 2025, 8:05 PM UTC
The document outlines the specifications for using "Lot Numbers" in delivery and shipping within the context of military standards for ammunition production. Each lot number must follow a designated format, which includes components such as the manufacturer’s identification, year and month of production, inter-fix number, sequence number, and a suffix. An example, CRA22D001-001, demonstrates this structure, emphasizing the importance of clarity in tracking production lots. Specific codes are assigned to indicate months of production (e.g., January is "A," February is "B," etc.), while certain letters like "I" are excluded from lot suffixes to avoid confusion with numeric characters. The document serves as a guideline to ensure consistent and accurate identification of military ammunition lots, which is critical for regulatory compliance and operational integrity in government contracts and grants related to defense.
Jan 6, 2025, 8:05 PM UTC
The document outlines the requirements for certified material test reports that must accompany shipments to the government, particularly focusing on the material Araldite 507. Suppliers must provide a report with key information including their details, purchase order number, specification identification, and test results that verify compliance with established standards, such as weight, viscosity, and color. The report should also include the quantity of materials and be signed by an authorized representative, confirming the accuracy of the information. Additionally, Araldite 507 must have a traceable lot number at delivery. The document emphasizes that without complete documentation, the items cannot be accepted at the designated delivery address. This regulatory framework ensures that all delivered materials meet specified criteria, thereby safeguarding quality and compliance within federal procurement processes.
Jan 6, 2025, 8:05 PM UTC
The document outlines a federal government solicitation (W519TC-25-Q-LITE) for the procurement of Araldite 507, specified in a pricing case (2007-10013). The request is focused on acquiring one lot, equivalent to 385 gallons of the product, with a suggested delivery date set for July 1, 2025. The pricing structure requires bidders to fill in the unit price and total cost, which must comply with the FOB Destination clause. The submission also includes a section dedicated to company information for bidders to provide their details, such as address, CAGE Code, Unique Entity ID, and point of contact. The overall purpose of the document is to facilitate an organized proposal submission process for federal procurement of a specific adhesive product, ensuring bidders are aware of pricing and delivery expectations while underscoring compliance with established contracts. This solicitation is indicative of the government's purchasing guidelines and standards in seeking qualified vendors.
Jan 6, 2025, 8:05 PM UTC
This document outlines the representation requirements for Offerors concerning covered telecommunications equipment and services as stipulated in the 52.204-24 provision. Under this provision, Offerors must declare whether they will or will not provide such covered equipment or services in government contracts. It details specific definitions, prohibition clauses, and procedures for compliance with the John S. McCain National Defense Authorization Act regarding telecommunications. Offerors must conduct a reasonable inquiry and make representations about their use of covered telecommunications equipment and services. Should they declare they will provide such equipment, they must furnish necessary disclosure information including details about the producer, description of the equipment, and intended usage. If they use covered equipment, similar disclosures are mandated. The document emphasizes the importance of reviewing the System for Award Management (SAM) for exclusions related to telecommunications services. Overall, this provision serves to ensure compliance with federal regulations aimed at safeguarding national security by restricting contractors' use of certain telecommunications technologies.
Jan 6, 2025, 8:05 PM UTC
The document delineates the Offeror Representations and Certifications required for participation in federal contracts, particularly for commercial products and services. It outlines essential definitions, including classifications of small businesses (e.g., economically disadvantaged women-owned, service-disabled veteran-owned, and small disadvantaged businesses), and the prerequisites for certification. It stipulates the completion of annual representations in the System for Award Management (SAM) and the need for various certifications when responding to solicitations, particularly regarding restricted operations, sensitive technologies, and compliance with labor standards and international laws. Importantly, it requires offers to include representations against the use of forced or indentured child labor, certifications regarding affiliations with prohibited entities, and both Buy American provisions and Trade Agreement certifications. The aim of these stipulations is to ensure that the contracting process aligns with federal regulations and promotes equitable opportunities among diverse business entities. Compliance and full transparency in representation are emphasized to protect government interests and uphold ethical standards in procurement practices.
This document outlines a solicitation involving Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions that govern the contracting process for federal grants and RFPs. It details various provisions relevant to offerors, including requirements for representations and certifications, security requirements, and compliance with regulations regarding telecommunications, green practices, and subcontracting policies. Notably, the document outlines the incorporation of specific FAR and DFARS clauses, which address commercial items' evaluation, terms and conditions, and regulations concerning contractor conduct and labor standards. An emphasis is placed on compliance with cybersecurity measures and restrictions against contracting with entities involved in certain foreign regimes or providing covered telecommunications equipment. Additionally, procedures for electronic invoicing through the Wide Area Workflow (WAWF) system are defined, along with training and submission guidelines. Overall, the document serves to ensure transparency, compliance with relevant federal policies, and facilitate the contracting process with clear guidelines for offerors participating in government contracts.
Lifecycle
Title
Type
ARALDITE 507
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
SEALING COMPOUND
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking suppliers for a procurement opportunity involving sealing compounds. The procurement aims to acquire a commercial product that is shelf-life sensitive, with a delivery schedule requiring four shipments of 10 units each, starting on December 8, 2025, and continuing every 90 days thereafter. These sealing compounds are critical for various defense applications, ensuring the integrity and longevity of military equipment. Interested vendors must submit their proposals, including safety data sheets and product labels for any hazardous materials, to the primary contact, Rebecca Aglow, via email at REBECCA.AGLOW@NAVY.MIL, with pricing valid for 60 days post-quotation submission.
Algoflon G-10 Resin
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking to procure 10,700 lbs. of Algoflon G-10 Resin to support the MJU-57 A/B and MJU-61 A/B Programs. The resin will be produced in accordance with Department of the Navy source control drawing. The contract will be awarded to Sovay Solexis, Inc. in accordance with FAR 13.106-1(b). This notice is for notification purposes only and no other offers are solicited. The resin is used for various applications in the military.
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 involves the manufacture and supply of a specialized paint that meets military specifications, including First Article Testing and Production Lot Testing requirements to ensure compliance with quality standards. The paint is crucial for use on submarines and surface ships, emphasizing the need for materials that are free from mercury contamination and meet stringent military specifications. Interested vendors must submit their quotes by May 7, 2025, and can direct inquiries to Abigail Hurlbut at 717-605-6805 or via email at abigail.r.hurlbut.civ@us.navy.mil.
DELRIN AF DE-588 SHEETING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is soliciting quotes for Delrin AF DE-588 plastic sheeting, with a total small business set-aside under the RFQ number SPMYM325Q1129. The procurement requires that the item be brand-name mandatory to Delrin, ensuring compatibility with specific applications, and vendors must provide detailed specifications and compliance documentation to demonstrate their capability to meet the requirements. This plastic sheeting is critical for defense applications, necessitating adherence to stringent quality and testing standards as outlined in the solicitation documents. Interested vendors must submit their quotations by April 11, 2025, and can direct inquiries to Stephen Smith at Stephen.1.Smith@dla.mil.
Zirconium Hydride
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the procurement of Zirconium Hydride, which includes a First Article Test (FAT) and bulk material, under Solicitation Number W519TC-25-Q-ZHYD. The procurement requires a total of 2,226 pounds of Zirconium Hydride, adhering to specific military specifications (MIL-Z-21353 ZrH2) and stringent quality assurance measures, including domestic sourcing of materials and detailed packaging requirements. This material is critical for defense applications, necessitating compliance with safety and hazardous material regulations throughout the contract duration. Interested offerors must submit their proposals by May 1, 2025, at 12:30 PM Central Time, and are encouraged to direct any inquiries to the primary contact, Samantha Ward, at samantha.m.ward12.civ@army.mil.
Artillery (PA-55 and PA-71/A) and Mortar (PA162, PA167 and PA175) Fiber Containers
Buyer not available
The Department of Defense, through the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the procurement of artillery and mortar fiber containers, specifically models PA-55, PA-71/A, PA-162, PA-167, and PA-175. The government intends to award up to two firm fixed-price indefinite delivery indefinite quantity contracts, with a total estimated value not exceeding $34,292,003.98, across five ordering periods of twelve months each. These fiber containers are critical for the safe storage and transportation of ammunition, adhering to stringent military standards for quality and compliance. Interested vendors must submit their proposals by April 22, 2025, and are encouraged to confirm their intention to bid by contacting Chelsey Love or Alex Sheppard via email.
Spot Sale of Misc. Recyclable Materials
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for a one-time spot sale of various recyclable materials located at the Pine Bluff Arsenal in Arkansas. The procurement includes approximately 750 tons of scrap metal, 33.9 tons of lead acid batteries, 93 tons of rail iron, 8,250 gallons of used motor oil, 31 tons of aluminum, and 1,500 gallons of used mineral oil, among other materials. This sale is part of the Qualified Recycle Program (QRP) and aims to facilitate the responsible disposal and recycling of materials, adhering to federal regulations regarding hazardous materials management. Interested bidders must contact Ms. Debby Broyles at debby.c.broyles.civ@army.mil by 1630 Hours Central Time on April 11, 2025, to receive solicitation documents, with the contract expected to be awarded around April 25, 2025, and all materials must be removed within 180 days post-award.
TRUEGARD 100% Propylene Glycol
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of 16 units of TRUEGARD 100% Propylene Glycol, a specialized inhibited heat transfer fluid, to be delivered to the McAlester Army Ammunition Plant in Oklahoma. Bidders must submit technical specifications along with their proposals, as only brand-name products will be accepted with no substitutions allowed. This procurement is crucial for maintaining operational efficiency in military applications that require effective heat transfer solutions. Interested contractors, particularly small businesses, must ensure they are registered in the System for Award Management (SAM) and submit their bids by April 14, 2025, at 10:00 AM, with delivery expected by April 23, 2025. For further inquiries, potential bidders can contact Angela Rouse at angela.m.rouse3.civ@army.mil or by phone at 918-420-7175.
80--SEAM FILLER SEALANT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of SEAM FILLER SEALANT, classified under NAICS code 325520 for Adhesive Manufacturing. This contract requires the manufacture and supply of a specialized sealing compound essential for use on submarines and surface ships, with strict compliance to quality assurance and inspection standards outlined in the solicitation. The procurement is critical for maintaining operational readiness and safety in naval operations, emphasizing the importance of materials free from mercury contamination. Interested vendors must have a valid U.S. Security Clearance of Confidential or higher and are encouraged to contact Abigail R. Hurlbut at 717-605-6805 or via email at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL for further details. The solicitation includes provisions for small business set-asides and is subject to national defense priority ratings.
Propelling Charge Support - 60mm, 81mm, 120mm - Solicitation
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting proposals for Propelling Charge Support for 60mm, 81mm, and 120mm artillery programs under Solicitation W519TC-25-R-2008. This procurement aims to secure a single Firm Fixed Price (FFP) contract, exclusively set aside for small businesses, with an evaluation based on the lowest price technically acceptable offers. The goods are critical for military operations, ensuring the effective performance of artillery systems, and compliance with stringent technical specifications and delivery schedules is required. Interested vendors must submit their proposals electronically by April 11, 2025, at 10:00 AM CST, and should contact Riley DeBrock or Bethany Carbajal for further information.