Skip to main content

An official website of the United States government

You have 2 new alerts

LAMINATE

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Original)
  • Original Published Date: Jun 07, 2024 07:36 am EDT
  • Original Date Offers Due: Jun 12, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 27, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7220 - FLOOR COVERINGS
  • NAICS Code:
    • 326199 - All Other Plastics Product Manufacturing
  • Place of Performance:
    Portsmouth , VA 23709
    USA

Description

The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract with Lowest Price Technically Acceptable (LPTA) Evaluation Factors for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.

The Contract Line Items (CLINs) are as follows:

CLIN 0001 LAMINATE, HONEY MAPLE, F/R, 4 X 8                  QTY: 125        U/I: EACH

MANUFACTURER: NEVAMAR PANOLAM SURFACE SYSTEM

MFR PART NUMBER: WM8322

CERTIFICATION OF COMPLIANCE REQUIRED

MIL-17171E

ORDERING DATA

  • PLASTIC, LAMINATE, DECORATIVE, HIGH PRESSURE 25 MAY 1990
  • ISSUE OF DODISS TO BE CITED IN THE SOLICITATION, AND IF REQUIRED, THE SPECIFIC ISSUE OF INDIVIDUAL DOCUMENTS REFERENCED (SEE 2.1.1 AND 2.2).
  • TY IV, GR 1
  • COLOR: HONEY MAPLE WM8322
  • DECORATIVE FINISH (SEE E.4)
  • 4’ X 8’
  • MIL-STD-162
  • LEVEL OF PRESERVATION AND PACKING REQUIRED (SEE 5.1 AND 5.2).
  • N/A
  • CONTAINER SELECTION, IF OTHER THAN CONTRACTORS’S OPTIONS (SEE 5.2)
  • N/A
  • N/A

WHEN UL FIRE RATING IS REQUIRED (SEE 4.4.11).

LEVEL OF PRESERVATION AND PACKING REQUIRED (SEE 5.1 AND 5.2).

WHEN FIRE-RETARDANT TREATED LUMBER AND PLYWOOD IS NOT REQUIRED (SEE 5.2.1.1).

WHEN CASELINERS ARE NOT REQUIRED (SEE 5.2.2.1.1).

SPECIAL MARKING REQUIRED (SEE 5.3.1)

The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 326199, All Other Plastics Product Manufacturing with a size standard of 750 employees. The Product Service Code is 7220.

The anticipated delivery date for this acquisition is 28 June 2024. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. 

The solicitation number is SPMYM124Q0118 and it is expected to be available on or about 07 June 2024 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 5:00 PM EST on 12 June 2024. Responses to the solicitation notice shall be emailed to the attention of Monica Richardson as monica.richardson@dla.mil  Please make sure that the solicitation number (SPMYM124Q0118) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues.

Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.

All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Monica Richardson at monica.richardson@dla.mil.

Contact Information

Contracting Office Address

  • CONTRACTING DIVISION (DLA-NMAB)
  • PORTSMOUTH , VA 23709-5000
  • USA

Primary Point of Contact

Secondary Point of Contact





History