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