Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2025 SAM #8692
SOURCES SOUGHT

81 -- Market Survey for Supplies for Joint Combat Identification Marking System (JCIMS)

Notice Date
9/11/2025 11:34:22 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
DLA-Aberdeen-25-080
 
Response Due
9/26/2025 1:30:00 PM
 
Archive Date
10/11/2025
 
Point of Contact
Zachary Dietz, David Bell
 
E-Mail Address
zachary.j.dietz2.civ@army.mil, david.a.bell8.civ@army.mil
(zachary.j.dietz2.civ@army.mil, david.a.bell8.civ@army.mil)
 
Description
The Defense Logistics Agency (DLA), on behalf of the Army Integrated Logistics Support Center (ILSC), intends to acquire Low Emissivity Tape used on Joint Combat Identification Marking System (JCIMS) devices. The Low Emissivity Tape provides mid and far wavelength infrared reflective marking for battlefield identification. When observed by the naked eye, JCIMS�s Low Emissivity IR Tape matches the military camouflage pattern�s Matte appearance which matches the vehicle platform colors. Low Emissivity Tape may be required in any or all the colors and sizes described below. Low Emissivity Tape shall be provided in rolls with a pressure-sensitive adhesive backing and shall meet the following requirements below. Roll sizes may include: 3.75 inches wide by 150 linear feet 48 inches wide by 315 linear feet Colors of Low Emissivity Tape may include: 1) Brown Federal Standard 30145 Requirements Description: The government possesses additional information on the current JSTMs low emissivity thermal tape. Upon inquiry, this information will be released following DoD approval. The purpose of this market survey is to locate potential alternate sources to provide supplies for the following NSN�s listed below: NSN P/N CAGE COLOR ROLL SIZE NAME 8135-01-518-2504 1237917-3 19207 Brown 3.75"" x 150� LOW EMISSIVITY TAPE (SMALL) List of Standards and Specifications This document provides a comprehensive list of standards and specifications that the material we are sourcing adheres to. These standards ensure the quality, reliability, and consistency of the materials used in the manufacturing processes. Below, you will find the relevant federal specifications, federal standards, MIL standards, and ASTM standards. Category Standard/Specification Description Federal Specification EP-T-680 Covers the requirements for ethyl alcohol denatured (Technical Grade) for various industrial applications. Federal Standard Fed-Std-595B Provides color standards used in government procurement, including color chips and descriptions for materials. MIL Standards PPP-T-680 Outlines the requirements for technical-grade ethyl alcohol for industrial and laboratory use. ASTM Standards D523 Standard Test Method for Specular Gloss. ASTM Standards D1729 Standard Practice for Visual Appraisal of Colors and Color Differences of Diffusely-Illuminated Opaque Materials. ASTM Standards D3330 Standard Test Method for Peel Adhesion of Pressure-Sensitive Tape. ASTM Standards D3611 Standard Practice for Accelerated Aging of Pressure-Sensitive Tapes. ASTM Standards D3652 Standard Test Method for Thickness of Pressure-Sensitive Tapes. ASTM Standards D3715 Standard Practice for Quality Control of Pressure-Sensitive Tapes. ASTM Standards D3759 Standard Test Method for Breaking Strength and Elongation of Pressure-Sensitive Tape. ASTM Standards D3813 Standard Test Method for Measuring the Strength and Shear Properties of Adhesives in Bonded Joints. ASTM Standards D4213 Standard Test Method for Evaluating the Degree of Flushing in Pigmented Printing Inks. Sourcing This procurement will be an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, and range quantity pricing may be requested. Prospective sources must be able to prove that the parts to be delivered will enable the JCIMS system to satisfy the requirements in the Government's specification set forth by them in order to maintain quality and continuity across production deliveries. No Government-Furnished Equipment (GFE) or Government-Furnished Property (GFP) will be provided to sources to execute the contract. Sources must be able to fulfill orders upon contract award, with production lead time allowed for long lead materials and production ramp-up. Potential sources of the required supplies must also resolve diminishing manufacturing sources and material shortages or obsolescence issues. Requested Response Information: All interested potential sources must prepare a response (in Microsoft Word or Adobe Acrobat) no greater than 10 pages in length, specifying and demonstrating their ability to supply the above listed parts as required by the USG and Include the following information, at a minimum: Provide the following information: Company Name: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: NACIS Code: DUNS Number: Date of incorporation: Website address: Notice, Response Due Date, and Points of Contact: This is NOT a Request for Quote/Proposal or a Solicitation. The Government does not intend to award a contract on the basis of this Sources Sought Announcement (SSA) or reimburse any costs associated with the preparation of responses to this SSA. This SSA is for planning and market research purposes only and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and/or to assist in making acquisition strategy decisions in the future. All proprietary information should be marked as such. All SSA responses should be emailed to the Technical and Competition Advocate Points of Contact at the email addresses listed below. No phone inquiries will be accepted, either as a response to this action or for information requests. All requests for information must be submitted via email to the Technical Point of Contact. This survey is published in compliance with FAR Part 10, Market Research. Please submit responses by: 09/26/2025 Technical Point of Contact: Mr. Zachary Dietz, C5ISR Engineer supporting ILSC (520) 852-1051 Email Address: zachary.j.dietz2.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4264939d173443eb9872d2eda12128b6/view)
 
Record
SN07588035-F 20250913/250911230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.