Skip to content
Department of Defense

Vinyl Sheeting

Solicitation: SPMYM326Q1121
Notice ID: d0dcc28c277c45f88c2985f43a2d83a8

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: ME. Response deadline: Feb 19, 2026. Industry: NAICS 326199 • PSC 7220.

Market snapshot

Awarded-market signal for NAICS 326199 (last 12 months), benchmarked to sector 32.

12-month awarded value
$6,234,142
Sector total $1,190,851,127 • Share 0.5%
Live
Median
$38,294
P10–P90
$34,590$4,647,659
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.5%
share
Momentum (last 3 vs prior 3 buckets)
+100%($6,234,142)
Deal sizing
$38,294 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for ME
Live POP
Place of performance
Kittery, Maine • 03904 United States
State: ME
Contracting office
Portsmouth, NH • 03801-5000 USA

Point of Contact

Name
Stephen Smith
Email
Stephen.1.Smith@dla.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA MARITIME
Office
DLA MARITIME SHIPYARDS • DLA MARITIME - PORTSMOUTH
Contracting Office Address
Portsmouth, NH
03801-5000 USA

More in NAICS 326199

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, 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 SPMYM326Q1121. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 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 7220 and the NAICS code is 326199. The Small Business Standard is 750. This requirement is being processed utilizing Full and Open Competition.

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. 

Offerors are required to submit descriptive literature to show how their quotation meets the required specifications.  Failure to provide this information may result in your quotation being determined technically unacceptable.

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

CLIN 0001:  Solid Vinyl Sheet, Rolls, Lonmat or Equal (See attached RFQ)

CLIN 0001:  Shipping (must be filled out on RFQ)

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

52.240-90 Security Prohibitions and Exclusions Representations and Certifications (See Attachment)

52.240-91 Security Prohibitions and Exclusions. (See Attachment)

52.242-15 Stop Work Order

52.243-1, Changes Fixed Price

DFARS CLAUSES AND PROVISIONS

252.232-7003, Electronic Submission of Payment Requests

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

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)

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

L04 Offers for Part Numbered Items (SEP 2016)

L06 Agency Protests (DEC 2016)

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

L31 Additive Manufacturing (JUN 2018)

M06 Evaluation of Offers for Part Numbered Items (SEP 2016)

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

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

YM3 M8: Single Award for All Items

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 19 February 2026 at 3pm EST.  The Point of Contact for this solicitation is Stephen Smith who can be reached at Stephen.1.Smith@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 Stephen.1.Smith@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 ********

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.