This is a notice of intent to sole source a procurement under FAR Part 13 Simplified Acquisition Procedures and FAR 13.106-1(b)(1)(i) – soliciting from a single source. The Marine Helicopter Squadron One (HMX-1) has a requirement for AeroCoat Source - Aircraft Interior and Exterior Paint for the following: five (5) ECL-G-1645/PC-233/TR-109, HS TPCT, Off White 4GK, five (5) ECL-G-92/PC-233/TR-109, Topcoat, Black BAC701, 4GK, five (5) ECL-G-5678/PC-233/TR-109 4GK, five (5) ECL-G-3664/PC-233/TR-109 4GK, five (5) ECL-G-2697/PC-233/TR-1094GK, five (5) TR-109 Thinner for Eclipse HS Topcoat, 1GL, five (5) TR-111 Thinner for Eclipse HS Topcoat, 1GL, five (5) TR-112 Thinner for Eclipse HS Topcoat, 1 GL, five (5) TR-113 Thinner for Eclipse HS Topcoat, 1GL, five (5) TR-115 Complaint Thinner for Urethanes, 1GL, and five (5) Eclipse H/S Curing Solution, 1 GL. Coatings used on US military aircraft must comply with specific military performance specifications (MIL-SPEC) paints and coatings, including MIL-PRF-85285 polyurethane topcoats and MIL-DTL-53039 CARC coatings. At this time AeroCoat Source, Woman-Owned Small Business (WOSB) has been identified as the only vendor that meets all the governments critical criteria. The anticipated NAICS Code is 325510 – Painting and Coating Manufacturer.
The USMC Regional Contracting Office (RCO) – Marine Corps Installations-National Capital Region (MCI-NCR) at Marine Corps Base, Quantico VA intends to award a sole source contract to AeroCoat Source, 11 Morris Ave, Maple Shade, NJ 08052 in accordance with FAR Part 13 Simplified Acquisition Procedures and FAR 13.106-1(b)(1)(i) – soliciting from a single source.
This notice of intent is NOT a request for competitive quotes; however, all responsible sources may submit a capability statement or quotation which shall be considered by the agency. Capability statements or quotes, if received timely, will be considered; however, a determination by the Government not to compete the requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Responses shall be emailed to Michael Thompson at [email protected] and Kellie Holley at [email protected] no later than 07 July 2025, 0800 am Eastern Standard Time. Late responses will not be considered.