2040 ANCHOR LWT 1500 N-MAG DOM
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
EMAIL QUESTIONS TO: KYLE.X.SINGLETON.MIL@US.NAVY.MIL
COMPETITIVE.
Fleet Logistics Center Puget Sound will be soliciting for ANCHOR, LWT 1500 N-MAG in accordance with solicitation specifications.
This acquisition will be negotiated on a SMALL BUSINESS SET A SIDE. Interested parties may identify their interest and capability to respond to the requirement or submit proposals prior to offer due date. A determination to compete this action based upon responses received to this notice is solely within the discretion of the Government.
Terms will be FOB: ORIGIN BY FACT-SP (NOLSC): to U.S. NAVAL BASE SASEBO JAPAN
It is anticipated that the solicitation will be posted to the Sam.Gov website on or about 25 NOVEMBER 2025 with proposals due by 8 DECEMBER 2025.
A Firm-Fixed Price, Supply type contract will be awarded in accordance with FAR parts 12 and 13, Commercial and Simplified Acquisition Procedures.
All responsible sources may submit a proposal which shall be considered by FLCPS. This solicitation and any subsequent amendments will be posted to the Sam.Gov website: https://www.sam.gov.
Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents.
No telephone or fax requests will be accepted, and no hard-copy solicitation/amendment will be mailed or faxed.
Emailed completed solicitations are acceptable.