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
    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
    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.
    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.
    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.
    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.
    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
    Off-White Epoxy Primer, MIL-DTL-53022
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking sources for the procurement of 1,000 gallons of Off-White Epoxy Primer that meets the specifications of MIL-DTL-53022, Type IV, Class L. The primer must be corrosion inhibiting, high solids, lead and chromate-free, HAPs-free, and a two-component system, with the requirement that the material is listed on the Qualified Products List (QPL). This procurement is essential for military applications where high-performance coatings are critical for equipment longevity and protection. Interested vendors are encouraged to submit their company capabilities and business information to Alicia Piercy via email by December 15, 2025, at 5:00 PM EST, as this notice is for informational and planning purposes only and does not constitute a formal request for proposals.
    80--ADHESIVE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of adhesive, specifically NSN 8040016804223, with a requirement of 55 units to be delivered to DLA Distribution. This procurement is part of a total small business set-aside initiative, emphasizing the importance of sourcing from qualified small businesses in the adhesive manufacturing sector. The selected supplier will be responsible for providing the specified adhesive, which is crucial for various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be accepted, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available through the DLA's online platform, with no additional specifications or drawings provided.
    FIBERGLASS ROVING PER DRAWING FOR WATERVLIET ARSENAL
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Watervliet Arsenal, is seeking suppliers for Fiberglass Roving as per Drawing 11582988, Rev B. The procurement requires a total quantity of 10,845 pounds of fiberglass roving, which is critical for military applications, and will be delivered to a designated FOB destination. The solicitation is expected to be released around December 18, 2025, and interested vendors must have an active DD Form 2345 to access the technical data package and submit proposals. For further inquiries, interested parties can contact Giuseppe Tropiano at giuseppe.tropiano.civ@army.mil.
    Aluminum Round Bar
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for a three-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of 6061T6 Aluminum Round Bars, specifically 12 inches in diameter and 7 feet long, to support the M48A1 Large Filter Production at Pine Bluff Arsenal. The procurement requires a minimum of 40 and a maximum of 420 units, adhering to strict material standards including AMS-QQ-A-200/8 and ASTM-B221, with no drawings required as specifications are detailed in the attached product description. This contract is crucial for ensuring the availability of high-quality aluminum components necessary for military applications. Interested small businesses must submit their quotes, including the required price matrix and product description, by December 15, 2025, at 3:00 PM CST, to the primary contacts Heather Johns and Bethany Carbajal.
    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.
    EPOXY PUTTY,TITANIU
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of Epoxy Putty, Titanium, under a fixed-price contract. This procurement aims to fulfill specific material and physical requirements as outlined in the contract documents, which are critical for various defense applications. The contractor must ensure compliance with military standards for inspection, packaging, and shelf-life requirements, with a delivery timeline of 90 days from the award date. Interested vendors can reach out to Jennifer Henry at 717-605-2172 or via email at JENNIFER.HENRY@NAVY.MIL for further details and to access the solicitation documents.
    Sources Sought: ADR Vehicular Equipment Kits Survey_2025
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Sources Sought Notice to gather information from potential vendors regarding the production of ADR Vehicular Equipment Kits. These kits are intended to include comprehensive repair tools, safety gear, replacement parts for various vehicle types, instruction manuals, and compliance materials necessary for European Union regulations. This procurement is crucial for ensuring the operational readiness and safety of military vehicles, with responses due by December 15, 2025, at 2:00 PM EST. Interested parties should contact Meika Cole at meika.j.cole.civ@army.mil or Diana Jones at diana.jones47.civ@army.mil for further details and to submit their capabilities and qualifications.
    Solicitation, Adapter Housing, NSN: 3040-01-531-4475
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of "Adapter, Housing" (NSN: 3040-01-531-4475) intended for the Howitzer, 155MM, M777E1 weapon system. This opportunity is a Total Small Business Set-Aside, requiring a base quantity of 938 units with an option for an additional 938 units, and mandates a First Article Test (FAT) along with a FAT Report as part of the submission process. Interested contractors must be registered in SAM, possess a current DD 2345 for access to the export-controlled Technical Data Package (TDP), and adhere to specific quality standards, including ISO 9001:2015. The solicitation closes on December 17, 2025, at 5:00 PM local time, with questions due by December 3, 2025, at 12:00 PM EST; for further inquiries, contact Rachel Gervais at rachel.r.gervais.civ@army.mil or by phone at 520-692-8435.
    Glycidyl Axide Polymer (GAP) - 0700
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified vendor to supply 10 lbs. of Glycidyl Azide Polymer (GAP-0700), a plasticizer essential for energetic material formulation development. The procurement requires the product to be shipped to Eglin Air Force Base, Florida, with strict adherence to safety and handling regulations due to its classification as a liquid explosive. Interested vendors must ensure delivery within six weeks of order placement and comply with the necessary shipping requirements, with evaluations based on delivery time, quantity, and cost. For further inquiries, vendors can contact Jane Ellison, the Contracting Officer, at jane.ellison@us.af.mil or by phone at 850-882-3657.
    SPE4A726R0223 - 5342 - COUPLING, CLAMP, GROOVED / WSIC F
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for the procurement of coupling, clamp, grooved (NSN: 5342-003169231). This solicitation aims to secure a base period of five years with an estimated annual quantity of 354 units, where the minimum delivery order quantity is 64 units and the maximum is 354 units, with delivery expected 137 days after order placement. The goods are critical for hardware applications within weapon systems, and the solicitation will be issued as an unrestricted procurement, emphasizing price, past performance, and delivery as key evaluation factors. Interested vendors should submit written quotes and can access the solicitation on the DLA Internet Bid Board System (DIBBS) around December 19, 2025; for further inquiries, contact Thuy Ho at Thuy.Ho@dla.mil.