4020 Marine Towline Assembly (Mooring Line, Anchor Rope & Towline)

SOL #: N0040626Q0111Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States

Place of Performance

Place of performance not available

NAICS

Fiber (313110)

PSC

Fiber Rope, Cordage, And Twine (4020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 15, 2026
2
Submission Deadline
Apr 29, 2026, 7:00 PM

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 Department of the Navy / NAVSUP Fleet Logistics Center Puget Sound is soliciting proposals for Marine Towline Assemblies, Mooring Lines, and Anchor Rope Assemblies. This acquisition is a Total Small Business Set-Aside and will result in a Firm-Fixed Price, Supply type contract. The purpose is to procure essential marine equipment for direct shipping to the U.S. Naval Base Sasebo, Japan. Offers are due by April 29, 2026, at 12:00 PM.

Scope of Work

This solicitation (N00406-26-Q-0111) requires the procurement of various marine rope assemblies. Key deliverables include:

  • Towline Assemblies: Specific lengths and specifications, including Super Strong, Double Braided Class-1 Nylon, various diameters (1-1/2 inch to 1.5 inch), referencing NAVSEA DWG 582-5749610 REV-G.
  • Anchor Rope Assembly: Configurations and materials as outlined in NAVSEA DWG 581-5750160 REV-F.
  • Mooring Line: Specifications for rope size, material, breaking strength, and eye size, referencing NAVSEA DWG 582-5750149 REV-B. All items require load test certification tags, documentation, equipment specifications, and marking per ASTM-D-3951. Unique item identification (UIID) and valuation are required per DFARS 252.211-7003.

Contract Details

  • Contract Type: Firm-Fixed Price, Supply.
  • Delivery: Required by June 05, 2026.
  • Shipping: FOB Origin, with direct shipping to U.S. Naval Base Sasebo, Japan. The Government will arrange and pay for transportation.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 313110, with a size standard of 1250.

Evaluation Factors

The Government will select the most advantageous offer based on the following factors, in no order of relative importance:

  • Technical: Including delivery date.
  • Price: Price reasonableness will also be assessed as part of the responsibility determination.
  • Past Performance: Also considered for responsibility determination. A single award will be made for all items; quotes for less than the entire effort may be deemed unacceptable.

Submission & Deadlines

  • Offer Due Date: April 29, 2026, 12:00 PM.
  • Questions Deadline: Three days prior to the solicitation's closing date.
  • Submission: Emailed completed solicitations are acceptable. Offerors must provide company information including SAM registration, CAGE code, and contact details. Invoices are to be submitted via WAWF.
  • Contact: Wilfredo Gervacio (wilfredo.j.gervacio.civ@us.navy.mil).

Additional Notes

Offerors must note any exceptions to the solicitation's terms and conditions; failure to do so implies acceptance. Prospective offerors are responsible for downloading the solicitation from Sam.gov and monitoring for amendments.

People

Points of Contact

Wilfredo GervacioPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 15, 2026
4020 Marine Towline Assembly (Mooring Line, Anchor Rope & Towline) | GovScope