Closed Solicitation · DEPT OF DEFENSE

    GRIT, ABRASIVE, ALUM OXIDE

    Sol. SPMYM4-26-Q-3124Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PEARL HARBOR, HI
    Closed
    STATUS
    Closed
    closed Jan 7, 2026
    POSTED
    Dec 31, 2025
    Publication date
    NAICS CODE
    327910
    Primary industry classification
    PSC CODE
    5350
    Product & service classification

    AI Summary

    The Department of Defense is seeking quotes for abrasive aluminum oxide grit, specifically Washington Mills Blastite, under a 100% Small Business Set-Aside. This opportunity is a combined synopsis/solicitation, and offers must meet specific technical requirements. The evaluation will be based on Lowest Price Technically Acceptable criteria.

    Contract details

    Solicitation No.
    SPMYM4-26-Q-3124
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    December 31, 2025
    Response Deadline
    January 7, 2026
    NAICS Code
    327910AI guide
    PSC / Class Code
    5350
    Primary Contact
    Leo Li
    State
    HI
    ZIP Code
    96860-5033
    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 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 (SPMYM426Q3124 

    ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 October 1, 2025, 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 these address(s):
    https://www.ecfr.gov
    https://www.acquisition.gov/content/list-sections-affected
    http://www.acq.osd.mil/dpap/dars/change_notices.html

    The FSC Code is (5350) and the NAICS code is (327910). The Small Business Standard is 900 employees. This requirement is 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 Washington Mills Tonawanda due to safety environmental health approval for this item to be used at the shipyard per local and NAVSEA instructions.  Quotations received that represent a different manufacturer will not be considered for award.

    Offerors are required to submit descriptive literature to show how their quotation meets the required specifications.  A technical spec sheet and proof of traceability are required to be sent with quote. Failure to provide this information may result in your quotation being determined technically unacceptable. Only one quote per vendor may be sent.

    DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing: Interested parties must fill out the required request for quote saved in the attachment section. It is titled, “SPMYM426Q3124”.

    ITEM DESCRIPTION                                    QTY        U/I      

    0001    GRIT, ABRASIVE BLAST               100         BG

    ALUMINUM OXIDE, COARSE SPEICAL #24 GRIT SIZE, CID A-A-59316 TYPE-1, VIRGIN MATERIAL ONLY, 1-TON/2000# BAG(BG), WASHINGTON MILLS BLASTITE

    *HMAUL SDS & COC REQUIRED*

    CID/SPECIFICATION ORDERING DATA:

    (A)ABRASIVE MATERIALS; FOR BLASTING, CID A-A-59316 DTD 3FEB99 WITH VALID

    NOTICE-3 DTD 21NOV21

    (B)TYPE-1 ALOX, GRADE-SPECIAL COURSE 24 GRIT SIZE

    (C/D)QTY/PRESERVATION/PKG/MARKING AS SPECIFIED IN THE DESCRIPTION & THE BELOW  DETAILED INSTRUCTIONS

    **ADDITIONAL REQUIREMENT: CERTIFICATE OF CONFORMANCE (COC) TO BE PROVIDED WITH SHIPMENT**

    ALUMINUM OXIDE, SIZE #24 (NO SUBSTITUTION ALLOWED)

    UNIT OF ISSUE = 1 TON BAG (2000 LBS.)

    EACH SACK SHALL BE MARKING WITH THE FOLLOWING INFO:

    1)           STOCK NUMBER: 5350-HM-CN0-9875

    2)           BATCH OR LOT NUMBER (BATCH/LOT NUMBER(S) ON COC MUST MATCH THOSE ON THE BAGS)

    PREPARATION FOR DELIVERY.

    ABRASIVE BLASTING MEDIA SHALL BE SHIPPED IN BULK COMMODITY SHIPPING BAGS  WITH A 5:1 SAFETY FACTOR RATING, CONSTRUCTED OF WOVEN POLYPROPYLENE; DENIER NOT LESS THAN 1400 IN WARP & 1200 IN WEFT; COUNT NOT LESS THAN 16X14 YARDS PER INCH; WITH DOUBLE STRENGTH SIDEWALLS; SINGLE POLY TOP AND BOTTOM.  FABRIC IS TO BE TREATED FOR ULTRAVIOLET LIGHT PROTECTION TO RETAIN 75% STRENGTH AFTER 1200 HOURS IN A WEATHEROMETER.  MATERIAL MUST HAVE A BURST TEST OF NOT LESS THAN 450 LBS PER INCH.  BAG WILL BE EQUIPPED WITH A SLING WITH 4 OR MORE PICKUP POINTS AND 4 OR MORE LIFT STRAPS THAT CRADLE THE BOTTOM OF THE BAG TO PROVIDE A METHOD OF HANDLING. REINFORCED STRAP 1-1/2” OR WIDER IS TO BE SEWN AROUND THE TOP PERIMETER OF BAG AND IS INCLUDED AS AN INTEGRAL PART OF THE SLING.  SLING WILL BE CONSTRUCTED OF 2” OR WIDER POLYESTER WEBBING WITH BREAK STRENGTH OF NOT LESS THAN 2000 LBS.  TOP CLOSURE SHALL CONSIST OF A NYLON TENSION FASTENER OR PLASTIC COATED WIRETIE.  BOTTOM DISCHARGE SHALL CONSIST OF A 10”DIAMETER X 20”LONG CONCENTRIC SPOUT CLOSED WITH NYLON TENSION FASTENER OR PLASTIC COATED WIRE TIE.  A 3.5MIL POLYESTER LINER/MOISTURE BARRIER SHALL BE INSERTED & TIED OFF THROUGH BOTTOM OF DISCHARGE SPOUT.  TUCKED/FOLDED DISCHARGE SPOUT SHALL BE COVERED BY A WOVEN POLYPROPYLENE FLAP BARRICADE SECURED WITH A 1/8” BRAIDED POLYPROPYLENE DRAW STRING.  NET WEIGHT OF LOAD MUST NOT EXCEED 2000 LBS.  BAGS SHALL BE PALLETIZED IAW MIL-STD-147 (LATEST REVISION), WITHOUT STRAPPING.  FIBERBOARD OR PLYWOOD SHALL BE PLACED BETWEEN THE BAG & PALLET TO PREVENT FABRIC FROM SAGGING & PUNCTURE BY THE FORKLIFT.

    NOTE: OFFEROR MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH

    THEIR QUOTE.

    FAR CLAUSES AND PROVISIONS

    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

    52.204-24* See Attachment for this provision

    52.204-26* See Attachment for this provision

    52.204-29 FASCSA Representation* See Attachment for this provision

    52.211-14, Notice of Priority Rating

    52.211-15, Defense Priority And Allocation Requirements

    52.211-16, Variation in Quantity

    52.211-17, Delivery of Excess Quantities

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

    52.212-2 Evaluation—Commercial Products and Commercial Services* see addendum

    52.212-3, Offeror Reps and Certs - Commercial Products and Commercial Services

    52.212-4, Contract Terms and Conditions – Commercial Items

    52.219-1 Alt 1 Small Business Program Representations

    52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) in lieu of clause at FAR 52.223-23.

    52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs

    52.232-18 Availability of Funds *See Attachment for Full Text

    52.232-39, Unenforceability of Unauthorized Obligations

    52.233-2 Service of Protest

    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

    52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004) including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement:

    52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

    52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

    52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

    52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

    52.232-40 Providing Accelerated Payments to Small Business Subcontractors

    52.233-3, Protest After Award

    52.233-4, Applicable Law for Breach of Contract Claim

    52.204-10 Reporting Executive Compensation

    52.204-27 Prohibition on a ByteDance Covered Application

    52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition

    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

    52.232-36 Payment by Third Party

    52.247-64 Preference for Privately Owned US-Flag Commercial Vessels

    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

    252.204-7015, 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.

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

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

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

    252.223-7001, Hazard Warning Labels

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

    252.223-7008  Prohibition of Hexavalent Chromium

    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 Program

    252.225-7002 Qualifying Country Sources as Subcontractors

    252.225-7013 Duty-Free Entry (NOV 2023)

    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

    252.232-7998 Obligations in Advance of Fiscal Year 2026 Funding (DEVIATION 2026-O0001) *See Attachment for Full Text

    252.243-7001, Pricing of Contract Modifications

    252.243-7002, Requests for Equitable Adjustment

    252.244-7000, Subcontracts for Commercial Items

    252.246-7008, Sources of Electronic Parts

    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)

    C01 Superseded Part Numbered Items (SEP 2016)

    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)

    C04 Unused Former Government Surplus Property (DEC 2016)

    C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017)

    C20 Vendor Shipment Module (VSM) (AUG 2017)

    E05 Product Verification Testing (JUN 2018)

    H02 Component Qualified Products List (QPL)/Qualified Manufacturers List (QML) (SEP 2016)

    L06 Agency Protests (DEC 2016)

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

    L31 Additive Manufacturing (JUN 2018)

    M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016)

    LOCAL CLAUSES (See Attachment for Full Text):

    YM4 E7F754 CERTIFICATIONS REQUIRED WITH DELIVERY OF MATERIAL

    YM4 C7F765 TRACEABLE OBJECTIVE QUALITY EVIDENCE (OQE)

    YM4 C7F758 MERCURY EXCLUSION CLAUSE FOR MERCURY FREE PROCUREMENT

    YM4 C7F762 HAZARDOUS MATERIAL

    YM4 L001 EUROPEAN UNION RESTRICTIONS REGARDING NONMANUFACTURED WOOD PACKAGING AND PALLETS

    YM4 L003 UNIT PRICES

    YM4 L331 REVIEW OF AGENCY PROTESTS

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

    This announcement will close (01/07/2026 12:00 PM HST).  The Point of Contact for this solicitation is Leo Li who can be reached at leo.y.li.civ@us.navy.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 leo.y.li.civ@us.navy.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. December 31, 2025Posted Date
    2. January 7, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    GRIT, ABRASIVE, ALUM OXIDE 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.