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 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.

    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 Paint Services in Support of the HC-144 and HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for paint services to support the HC-144 and HC-27J aircraft. The procurement involves comprehensive services including preparation, scuffing, sanding, or stripping coatings, and externally painting the aircraft, with specific requirements for labor, equipment, and facilities. This initiative is crucial for maintaining the operational readiness and appearance of the aircraft, which play vital roles in Coast Guard missions. Interested vendors must respond by January 9, 2026, at 4:00 p.m. EST, providing detailed capability statements and relevant company information to Mr. Steven Goodwin at steven.a.goodwin@uscg.mil, with technical inquiries directed to Mr. Harlon Parchment at Harlon.A.Parchment@uscg.mil.
    OEM WTC Coating and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a contract for OEM WTC Coating and Repairs, with Automatic Coating Limited U.S.A. identified as the sole qualified vendor for this specialized work. The procurement involves providing Tidal Coating services for the CGC THETIS, which includes repairing and fluidizing bed coating three watertight closures, with the work scheduled to commence upon delivery of the closures around December 20, 2025, and completion required by January 30, 2026. This opportunity is critical for maintaining the operational readiness of the Coast Guard's vessels, ensuring they meet necessary performance standards. Interested parties capable of fulfilling these requirements must submit their qualifications and relevant documentation to Jacqueline D. Handley at jacqueline.d.handley@uscg.mil by 10 AM on December 8, 2025.
    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.
    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.
    Repair/Repair and Modify Fuel Management Panels
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor to repair and modify fuel management panels for MH-60T aircraft. The procurement involves services such as testing, evaluation, and repair in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, requiring the contractor to be an approved repair facility with necessary certifications. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested vendors must submit their quotations by December 11, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil. The contract is unrestricted, with a delivery timeline of 250 days for repairs and modifications.
    Procurement of Fuel Tanks
    Buyer not available
    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.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    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.
    REPAIR Valve, Low Limit Tem for the HC-27 Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to repair the Low Limit Temperature Valve for the HC-27 Aircraft under solicitation number 70Z03826QW0000004. The procurement requires vendors to provide repair services in accordance with Original Equipment Manufacturer (OEM) specifications, with a focus on maintaining compliance with FAA regulations and ensuring that at least 50% of the work is performed at an FAA-certified facility. This contract is crucial for maintaining the operational readiness of Coast Guard aircraft, and it is anticipated that a firm-fixed price purchase order will be awarded on a competitive basis. Interested vendors must submit their quotations by December 5, 2025, and can contact Debra W. Heath at debra.w.heath@uscg.mil for further information.
    Repair of Hover Landing Light
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking quotes for the repair of Hover Landing Lights used in their MH-65 helicopter fleet. The procurement involves an Indefinite Delivery Requirements type contract for testing, evaluation, and repair services, adhering to Original Equipment Manufacturer (OEM) Component Maintenance Manuals and U.S. Coast Guard specifications. This contract will consist of a one-year base period with four optional one-year extensions, emphasizing the importance of maintaining operational readiness for critical aviation equipment. Interested vendors must submit their quotations by December 12, 2025, at 12:00 PM EST, to Alyson Harrison at Alyson.S.Harrison2@uscg.mil, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.