Closed Solicitation · DEPT OF DEFENSE

    ADHESIVE TA-30

    Sol. SPMYM326Q8014Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PORTSMOUTH, NH
    Closed
    STATUS
    Closed
    closed Apr 14, 2026
    POSTED
    Apr 2, 2026
    Publication date
    NAICS CODE
    325520
    Primary industry classification
    PSC CODE
    8030
    Product & service classification

    AI Summary

    The Department of Defense is seeking quotes for the brand name mandatory adhesive TA-30, a liquid epoxy resin, under a 100% Small Business Set-Aside. This opportunity is processed as a combined synopsis/solicitation using Simplified Acquisition Procedures. Quotations must be submitted by the specified deadline, and only offers for the specified brand will be considered.

    Contract details

    Solicitation No.
    SPMYM326Q8014
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 2, 2026
    Response Deadline
    April 14, 2026
    NAICS Code
    325520AI guide
    PSC / Class Code
    8030
    Primary Contact
    Sam Aiguier
    State
    NH
    ZIP Code
    03801-5000
    AI Product/Service
    product

    Description

    This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.gov.  The RFQ number is SPMYM326Q8014. This solicitation documents and incorporates provisions and clauses in effect through FAC 2026-01 March 13, 2026 and DFARS Change Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at this address:

    https://www.ecfr.gov  and  https://www.acquisition.gov/content/list-sections-affected  and  http://www.acq.osd.mil/dpap/dars/change_notices.html.

    The FSC Code is 8030 and the NAICS code is 325520. The Small Business Standard is 550. This requirement is being processed utilizing 100% Small Business Set-Aside

    Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility.  Potential contractors will be screened for responsibility in accordance with FAR 9.104. 

    This requirement is brand name mandatory to ITW Philadelphia Resins due to only Phillybond TA-30 ensuring successful job performance. Quotations received that represent a different manufacturer will not be considered for award.

     The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

    0001       ADHESIVE TA-30 55GAL                                              2          KT              __________         ___________

                    LIQUID EPOXY RESIN. PHILADELPHIA RESINS

                    “PHILLYBOND TA-30” UI = KIT (PART A 55GAL

                    RESIN, PART B 55GAL HARDERNER – W/COLOR

                    DYE INCLUDED) MFG ILLINOIS TOOL WORKS

                    INC. VID ITW PERFORMANCE POLYMERS

                    (110 GAL TOTAL PER KIT) FOR ACOUSTIC TILE

                    AND SOUND DAMPING

    0002       DATA REQUIREMENTS                                                 1          EA              ___NSP____        ___NSP_____

                    A001        EXHIBIT A, SEQ A001

                    SEE EXHIBIT “A” SEQ A001: MATERIAL SAFETY DATA SHEETS

    NOTE:  OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH

    THEIR OFFER.

    FAR CLAUSES AND PROVISIONS

    52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Maintenance

    52.204-9, Personal Identity Verification of Contractor Personnel

    52.204-13, SAM Maintenance

    52.204-19, Incorporation by Reference of Representations and Certifications

    52.209-5, Certification Regarding Responsibility Matters (OVER SAT)

    52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

    52.211-14, Notice of Priority Rating

    52.211-15, Defense Priority And Allocation Requirements

    52.212-1, Instructions to Offerors - Commercial Products and Commercial Services

    52.212-4, Contract Terms and Conditions – Commercial Items

    52.219-1 Alt 1 Small Business Program Representations (OVER 10K)

    52.219-6

    Notice of Total Small Business Set-Aside

    52.219-28

    Post-Award Small Business Program Representation

    52.222-3

    Convict Labor

    52.222-19

    Child Labor

    52.222-50

    Combating Trafficking in Persons

    52.223-11

    Ozone Depleting Substances

    52.225-1

    Buy American-Supplies

    52.225-13

    Restriction on Certain Foreign Purchases

    52.226-8

    Encouraging Contractor Policies to Ban Text Messaging While Driving

    52.232-33

    Payment by EFT-SAM

    52.232-39, Unenforceability of Unauthorized Obligations

    52.232-40 Providing Accelerated Payments to Small Business Subcontractors

    52.233-2 Service of Protest

    52.233-3, Protest After Award

    52.233-4, Applicable Law for Breach of Contract Claim

    52.242-13 Bankruptcy

    52.242-15 Stop Work Order

    52.243-1, Changes Fixed Price

    52.246-1, Contractor Inspection Requirements

    52.247-34, F.O.B-Destination

    52.252-1 Solicitation Provisions Incorporated by Reference

    52.252-2 Clauses Incorporated by Reference

    52.253-1, Computer Generated Forms

    DFARS CLAUSES AND PROVISIONS

    252.203-7000 Requirements Relating to Compensation of Former DoD Officials,

    252.203-7002, Requirement to Inform Employees of Whistleblower Rights

    252.203-7005 Representation Relating to Compensation of Former DoD Officials

    252.204-7003. Control of Government Personnel Work Product

    252.204-7004 Antiterrorism Awareness Training for Contractors.

    252.204-7008 Compliance With Safeguarding Covered Defense Information Controls

    252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

    252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013)

    252.204-7015, Disclosure of Information to Litigation Support Contractors

    252.204-7016, * See Attachment for this provision.

    252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation

    252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.

    252.204-7019, *See Attachment for this provision.

    252.204-7020,  NIST SP 800-171 DoD Assessment Requirements

    252.204-7024 Notice on the Use of the Supplier Performance Risk System

    252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability

    252.211-7003, Item Unique Identification and Valuation

    252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.

    252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.

    252.223-7008  Prohibition of Hexavalent Chromium

    252.225-7001 Buy American and Balance of Payments

    252.225-7002 Qualifying Country Sources as Subcontractors

    252.225-7048, Export Controlled Items

    252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation

    252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

    252.231-7000, Supplemental Cost Principles.

    252.232-7003, Electronic Submission of Payment Requests

    252.232-7006, Wide Area Workflow Payment Instructions *See Attachment for Full Text

    252.232-7010, Levies on Contract Payments

    252.243-7001, Pricing of Contract Modifications

    252.243-7002, Requests for Equitable Adjustment

    252.244-7000, Subcontracts for Commercial Items

    252.247-7023, Transportation of Supplies By Sea

    Note: Vendor shall list the country of origin for each line item.

    DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text)
     

    5452.233-9001, Disputes:  Agreement to Use Alternative Disputes Resolution

    DLA PROCUREMENT NOTES (See Attachment for Full Text)

    C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)

    C03 Contractor Retention of Supply Chain Traceability Documentation (MAR 2023)

    C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017)

    C20 Vendor Shipment Module (VSM) (AUG 2017)

    E05 Product Verification Testing (JUN 2018)

    H10 Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)

    L06 Agency Protests (DEC 2016)

    L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations

    L31 Additive Manufacturing (JUN 2018)

    LOCAL CLAUSES (See Attachment for Full Text):

    YM3 A1: Additional Information

    YM3 C500: Mercury Control (Supplies)

    YM3 C528: Specification Changes

    YM3 D2.2: Marking of Shipments (D2 or D2.2, per JML)

    YM3 D4: Preparation for Delivery

    YM3 D8: Prohibited Packing Materials

    YM3 E2: Inspection and Acceptance (Destination)

    YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard

    Quoters are reminded to include a completed copy of 52.212-3 and it’s ALT I if not updated in SAM.

    This announcement will close 4/12/2026 at 12:00 PM EST. The Point of Contact for this solicitation is Sam Aiguier who can be reached at sam.aiguier@dla.mil. All responsible sources may submit a quote which shall be considered by the agency.  

    System for Award Management (SAM).  Quoters must be registered in the SAM database to be considered for award.  Registration is free and can be completed online at http://www.sam.gov/.

    If  not the actual  manufacturer –  Manufacturer’s Name, Location, and Business Size must be provided.

    Please submit quotations via email at sam.aiguier@dla.mil

    Quotes also to: DLA-KME-QUOTATIONS@DLA.MIL

    All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC)* or Wide Area Workflow (WAWF). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Please note, if selecting GPC, the Government does NOT utilize third party payment entities (Zelle, Venmo, Paypal, etc.) Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

    *If selecting GCPC as the preferred method of payment, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF.

    ******* END OF COMBINED SYNOPSIS/SOLICITATION ********

    Key dates

    1. April 2, 2026Posted Date
    2. April 14, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    ADHESIVE TA-30 is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.