2.3 HP ANGLE GRINDER
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.
Quick Summary
The Defense Logistics Agency (DLA) Maritime Puget Sound is soliciting proposals for the procurement of 2.3 HP Angle Grinders. This is a 100% Total Small Business Set-Aside for a Firm Fixed-Price supply contract. The required delivery is to Bremerton, WA, by April 27, 2026. Offers are due by April 21, 2026, 11:00 AM Local Time.
Scope of Work
DLA Maritime Puget Sound intends to procure 50 units of 2.3 HP Angle Grinders. Bidders must ensure their proposed products strictly adhere to all salient characteristics, which are essential and non-negotiable. Key characteristics include a triple air-port motor cylinder design (2.3 HP), integrated spindle lock, vibration-absorbing ambidextrous side handle, latest-style throttle lock-off lever, low overall tool weight (≤ 3.9 lb), and an integral guard with a "Rapid-Spring Loaded- Speed Adjust" feature. Products lacking these characteristics or offering them via add-on accessories will be deemed non-compliant, and substitutions will not be permitted after award.
Contract Details
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: Total Small Business (NAICS Code: 333991, Size Standard: 950 employees)
- Estimated Value: Over $15,000.00
- Place of Performance/Delivery: Puget Sound Naval Shipyard IMF, Bremerton, WA
- Delivery Requirement: On or before April 27, 2026
Submission Requirements
- Offer Due Date: April 21, 2026, 11:00 AM Local Time
- Submission Method: Electronically via WAWF (Wide Area Work Flow). All questions and submissions must be emailed to vera.anderson@dla.mil.
- Required Documentation: Fully completed and signed solicitation package, CAGE Code (company and facility), company size (Small/Large), commercial item status (Y/N), COTS status (Y/N), lead time/delivery date, pricing for each CLIN, manufacturer's name and CAGE, country of manufacturing, part number, manufacturer's specification sheets, redacted quote from manufacturer/distributor, and all representations and certifications.
- Traceability: If not the manufacturer, provide traceability (e.g., authorized dealer letter or verifiable quote from approved source).
- NIST SP 800-171: Required for awardees unless items are Commercial Off The Shelf (COTS) and identified as such during the solicitation period.
- Registration: Offerors must be actively registered in SAM.gov.
Evaluation
Award will be based on Technical, Price, and Performance factors.
Additional Notes
Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access. All deliveries must pass through the base Truck Inspection Station.