Aircraft Paints, Primers, and Coatings
ID: 70Z03826QE0000001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Paint and Coating Manufacturing (325510)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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 high-durability epoxy primers and polyurethane topcoats necessary for protecting aircraft in maritime environments, with a focus on products that meet stringent military specifications. Interested vendors must provide qualified products, including specific color coupons, 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, with inquiries directed to Denise Bulone at Denise.J.Bulone@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, identified as 70Z03826QE0000001, is an attachment detailing a list of paint and primer products from the OEM PPG. It outlines various items, including DEFT PRIMER, YELLOW PRIMER, GLOSS ORANGE, GLOSS WHITE, FLAT GRAY, DARK GRAY, LIGHT GRAY, FLAT BLACK, GLOSS RED, GLOSS YELLOW, GLOSS BLUE, GLOSS GRAY, GLOSS BLACK, THINNER, FLAT GRAY DARK, DESOTHANE HS, GRAY, ORANGE, and BLACK, along with specialized products like AEROCRON Resin, Gray Pigment Paste, Corrosion Paste, Activator, and specific polyurethane and epoxy primer kits. Each item specifies a part number, unit of issue (e.g., Gallon Kit, Sempen, Ounce Kit, Quart Kit, Pint Kit, 5 Gallon Pail), and estimated quantity. The document spans a base period and three option years, with identical product lists and quantities for each period. All unit prices, lead times, and shelf lives are listed as $0.00, indicating these values need to be filled in by the bidder. Instructions are provided to fill in yellow highlighted cells only and to contact Denise Bulone at Denise.J.Bulone@uscg.mil for questions. The overarching purpose is to solicit pricing for these paint and primer products for multiple contract periods.
    The Statement of Work (SOW) outlines the United States Coast Guard's (USCG) requirements for aircraft paints, primers, and coatings. These materials are essential for protecting aircraft in harsh maritime environments, necessitating high-durability epoxy primers and polyurethane topcoats from the same manufacturer. The primers must include both chromium and non-chromium-based corrosion inhibitors, while topcoats require extended weatherability in gloss and flat finishes. Deliveries will primarily go to the Aviation Logistics Center (ALC) in Elizabeth City, NC, with smaller orders to various Air Stations. All items must be delivered within 30 days and have at least 80% shelf life remaining. Vendors are required to provide yearly color coupons for specific AMS-STD-595A colors (12250 Orange and 17860 White) for testing, with strict adherence to color and gloss specifications. All products must meet MIL-PRF and AMS specifications. The contract includes a one-year base period and four one-year option periods, with F.O.B. Destination shipping. Packaging must comply with ASTM D3951-98, ensuring protection during storage and transit, and excluding certain materials like Styrofoam. Inspection and acceptance will occur at the destination by USCG personnel, requiring full traceability. Invoices are to be submitted electronically to alc-fiscal@uscg.mil, with payments made electronically after items are receipted.
    This government solicitation, 70Z03826QE0000001, outlines the terms and conditions for bids on commercial products and services, primarily paints and coatings for the USCG. Offers must be effective for 120 days, with F.O.B. Destination delivery. Submissions are electronic via email to Denise.J.Bulone@uscg.mil, except for physical color coupons sent to the USCG Aviation Logistics Center. Submissions are divided into five volumes: Technical Acceptability, Past Performance, Price, Color Coupons (Orange and White), and Color Coupon Tracking Information. Technical acceptability requires qualified products, 30-day delivery, and 80% shelf-life. Past performance involves three relevant contracts within three years. Price is based on Attachment 1, including all option periods and discounts. Evaluation prioritizes Technical Acceptability and Past Performance over Price. The document also details federal acquisition regulations, certifications (e.g., Buy American, Child Labor, Taxpayer Identification), and specific packaging, quality assurance, and shipping instructions for awarded contracts.
    This performance specification (MIL-PRF-23377K) outlines the requirements for high-solids epoxy primer coatings used by the Department of Defense. These primers are designed for corrosion inhibition, chemical, and solvent resistance, with a maximum volatile organic compound (VOC) content of 340 g/L. The specification classifies primers into Type I (standard pigments) and Type II (low infrared reflective pigments), and by corrosion inhibitors: Class C1 (barium chromate), Class C2 (strontium chromate), and Class N (non-chromate). It details material composition, physical properties (e.g., fineness of grind, storage stability, color, odor, viscosity, drying time, adhesion, flexibility, infrared reflectance), and resistance properties (water, corrosion, solvent, fluid). The document also includes requirements for packaging, identification, precaution sheets, and various test methods for qualification and conformance inspections, ensuring the primers meet stringent military aircraft performance standards. Default is Type I, Class C2, with Class N used when regulations restrict chromates.
    This performance specification (MIL-PRF-85285F w/AMENDMENT 1) outlines requirements for aerospace topcoats with controlled volatile organic compound (VOC) and volatile organic hazardous air pollutant (VOHAP) content, supplied in kit form. It classifies topcoats by type (aircraft, support equipment, or both, with varying VOC limits and weatherability), class (high-solids or water-borne, with or without isocyanates), form (single or multi-component), and grade (phosphate ester hydraulic fluid resistant or not). The document details material composition, toxicity limits (prohibiting cadmium, hexavalent chromium, and lead above 0.05%), and component properties like condition in container and storage stability. It also specifies liquid properties such as fineness of grind, viscosity, and pot life, as well as cured topcoat properties including drying time, surface appearance, color, gloss, opacity, adhesion, and flexibility. Resistance properties against fluids, weather, humidity, heat, solvents, and tape are defined. Working properties like mixing, application, cleanability, and strippability are covered. Detailed labeling and precautions for handling are provided. The specification includes comprehensive verification and test methods for qualification and conformance inspections, emphasizing adherence to military and ASTM standards.
    The document, Attachment 6 to RFP 70Z03826QE0000001, details FEDERAL STANDARD COLOR NUMBERS (FSCN) for various topcoats and primers. It specifies different types of topcoats based on gloss level (high gloss, <5 gloss, <2 gloss dead matte) and dry-to-tape times (1/2 to 1 hour, 2 to 3 hours, 3 to 5 hours, 5 to 7 hours). Each topcoat type lists a comprehensive set of FSCN codes and available kit sizes (2 ounce, 4 pint, 4 quart, 1 gallon, 4 gallon). The document also includes requirements for CrVi Free Primer (MIL-PRF-23377K), Paint (MIL-PRF-85285F), and Aerospace Standards (AMS3144B). Additionally, it specifies pumice finish primers, both Hexavalent Chromium and Hexavalent Chromium-FREE, with 2 to 3 hour dry times, along with requirements for thinner and E-coat additives conforming to AMS3144B Type I, Class N Aerospace Standards. This attachment provides a comprehensive list of paint and primer specifications for government procurement.
    The Past Performance Information Sheet is a crucial document for offerors to provide recent and relevant contract performance details within government RFPs. For each relevant contract, offerors must complete a separate sheet, including the client's address, Point of Contact (POC) with phone and email, contract type (e.g., Firm Fixed Price), original and final contract values with explanations for any differences, and contract dates. A narrative description is required, highlighting aspects most relevant to the current acquisition and detailing the relationship between the proposed effort and the program identified. Offerors should describe unique program aspects, quality awards, certifications, and provide evidence of customer satisfaction. The sheet also allows for summarizing contract issues such as quality deficiencies, discrepancy reports, cure notices, terminations, disputes, and corrective actions. Additionally, offerors can include any other pertinent information related to the contract.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Potential Sources for FAA-145 Certified Aircraft Paint Services in Support of the HC-144 and HC-27J Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for FAA-145 certified aircraft paint services to support the HC-144 and HC-27J aircraft. The procurement involves comprehensive services including preparation, scuffing, sanding, stripping coatings, and externally painting the aircraft, with specific requirements for both scuff and strip options to be completed within designated timeframes. This initiative is crucial for maintaining the operational readiness and aesthetic standards of the aircraft fleet. Interested vendors must submit their capabilities, including company details and relevant certifications, by January 9, 2026, at 4:00 p.m. EST, and can direct inquiries to Mr. Steven Goodwin at steven.a.goodwin@uscg.mil.
    Off-White Epoxy Primer, MIL-DTL-53022
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at the Tobyhanna Army Depot, is seeking offers for 1,000 units of Off-White Epoxy Primer, as outlined in solicitation W51AA126QA016. The primer must meet specific requirements, including being corrosion inhibiting, high solids, lead and chromate-free, HAPs-Free, and listed on the Qualified Products List for MIL-DTL-53022. This procurement is crucial for maintaining military equipment and infrastructure, ensuring compliance with environmental standards. Interested vendors, particularly Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), must submit their quotes via email to Alicia Piercy by 12:00 PM EST on January 2, 2026, with delivery required by March 16, 2026.
    PRIMER COATING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of primer coating materials. This contract involves the manufacture and supply of primer coatings, with specific requirements for quality assurance and compliance with military standards, including the need for government source inspection and adherence to the Defense Priorities and Allocations System regulations. The primer coatings are critical for use on submarines and surface ships, emphasizing the importance of quality and safety in military applications. Interested contractors must have a valid U.S. security clearance and are encouraged to submit their proposals, with contact inquiries directed to Alison Bruker at 717-605-6447 or via email at alison.n.bruker.civ@us.navy.mil.
    MH-65 Glass Cloth
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for the procurement of "CLOTH, GLASS" with National Stock Number 8305-14-574-2660 and Part Number ASNA4111-00. The requirement includes an initial quantity of 10 units, with a requested delivery date of February 2, 2026, and the potential for increased quantities as specified under FAR 52.217-6. These materials are critical for maintaining the operational readiness and safety of Coast Guard aviation assets, necessitating compliance with Federal Aviation Administration guidelines and traceability to the Original Equipment Manufacturer, Airbus Helicopters. Interested vendors must submit their quotes by December 31, 2025, at 11:00 AM EST, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil, ensuring to reference solicitation number 70Z03826QB0000022 in all communications.
    Purchase of Tires, MLG for U. S. Coast Guard Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the purchase of aircraft tires, specifically Main Landing Gear (MLG) and Nose Landing Gear (NLG) tires, under solicitation number 70Z03826QL0000015. The procurement requires a total of 31 MLG tires and 29 NLG tires, all of which must be traceable to the Original Equipment Manufacturer, Dunlop Aircraft Tyres Limited, and supported by a Certificate of Conformance. This opportunity is crucial for maintaining the operational readiness of U.S. Coast Guard aircraft, ensuring safety and performance standards are met. Interested vendors must submit their quotations by December 30, 2025, at 4:30 p.m. Eastern Time, preferably via email to Stephanie O Reams at stephanie.o.reams@uscg.mil, and must adhere to specific shipping terms and compliance regulations outlined in the solicitation documents.
    Purchase Tires, MLG for U.S. Coast Guard Aircraft HC-144
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the purchase of Main Landing Gear (MLG) tires for the HC-144 aircraft. The procurement involves acquiring 45 units of the specified tire (Part Number DR10627T) from an authorized distributor of the Original Equipment Manufacturer, Dunlop Aircraft Tyres Limited, ensuring traceability and compliance with quality assurance standards. This solicitation is critical for maintaining the operational readiness of the Coast Guard's aviation fleet. Interested vendors must submit their quotations by December 30, 2025, at 4:00 p.m. Eastern Time, preferably via email to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03826QL0000026.
    Procurement of Fuel Tanks
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of fuel tanks for aircraft. This opportunity involves the acquisition of 19 units each of right and left fuel tanks, which must be newly manufactured commercial items sourced from Original Equipment Manufacturers (OEMs) such as Sikorsky Aircraft Corporation and Meggitt (Rockmart), Inc. The procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all components meet stringent FAA guidelines and OEM specifications. Interested vendors must submit their quotations by January 5, 2026, with an anticipated award date around April 1, 2026. For further inquiries, contact Steven Levie at steven.a.levie@uscg.mil or by phone at 206-815-2059.
    Purchase of Aileron Booster Assemblies
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three Aileron Booster Assemblies (Part Number 374455-7) as part of a combined synopsis/solicitation. This procurement is a total small business set-aside, emphasizing the need for all parts to be new and traceable to the Original Equipment Manufacturer, Lockheed Martin, ensuring compliance with strict quality assurance and documentation requirements. The items are critical components for aircraft operations, and the anticipated award date for the firm-fixed price purchase order is on or about January 6, 2025, with offers due by December 30, 2025, at 12:00 PM Eastern Time. Interested vendors should direct their quotations to Zachary R. Harris via email at Zachary.R.Harris2@uscg.mil or D05-SMB-LRS-Procurement@uscg.mil, referencing solicitation number 70Z03826QH0000015.
    AMPP QP-1 CERTIFICATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole-source contract for the AMPP QP-1 Certification to the Association for Materials Protection and Performance, Inc. (AMPP) to maintain certification for its Paint Shop located at the U.S. Coast Guard Yard in Curtis Bay, Maryland. This certification is crucial for ensuring compliance with quality standards for blasting and painting vessels, which is essential for the Coast Guard's preservation work. The estimated value of this procurement is $6,000, and the vendor must complete the audit and renewal process by December 15th to maintain the current certification. Interested parties can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371 for further information.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.