ACCUMULATOR CYLINDER (SOLE SOURCE)
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 has issued a Solicitation for Accumulator Cylinders (P/N 4687549-0014), identified as a Small Business Set-Aside. This opportunity seeks a Firm Fixed-Price contract for specific components from Precision Equipment, Inc. Proposals are due April 10, 2026, at 10:00 AM Pacific Time.
Scope of Work
This solicitation is for Accumulator Cylinder, IT 14, P/N 4687549-0014, REV E, ITEM 14, manufactured by Precision Equipment, Inc. Key specifications include dual metal casting per ASTM A487 Class CA-6NM and ASTM A743 Grade CF-3M. The requirement also includes a Contract Data Requirements List (CDRL) for Certification/Data Report - Chemical and Mechanical (Physical) Properties (Data Item No. A001, DI-MISC-80678), which is not separately priced. The sole source justification documents indicate that this specific part from Precision Equipment, Inc. is required due to its proven success with TRF Bangor, compatibility with existing systems, and meeting all drawing requirements.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Small Business
- NAICS: 332999 (Size Standard: $25.5 million)
- Place of Performance: Silverdale, WA 98315, United States
- Delivery Date: 01 September 2026
- FOB: Destination
- Cybersecurity: DFARS 252.204-7012 (Safeguarding Covered Defense Information and Cyber Incident Reporting) applies. NIST SP 800-171 assessment is required unless items are Commercial Off The Shelf (COTS).
Submission & Evaluation
- Offer Due Date: April 10, 2026, 10:00 AM Pacific Time
- Submission Method: Via email to TRICIA.WINTERSTEEN@DLA.MIL.
- Required Submission Elements: Completed and signed solicitation, Manufacturer, Country of Origin, Lead Time for Delivery (FOB destination). If quoting an alternate item, include Manufacturer, Country of Origin, and Spec Sheet.
- Evaluation Criteria: Award will be made to the technically acceptable offer most advantageous to the Government, considering price and past performance. Technical acceptability requires meeting or exceeding specifications, delivery requirements, and other terms. Past performance will be evaluated using PPIRS-SR.
- Payment: Via Wide Area Work Flow (WAWF).
Additional Notes
The Contracting Officer is Tricia Wintersteen (TRICIA.WINTERSTEEN@DLA.MIL, 360-509-0205). Base access requires a Defense Biometric Identification System (DBIDS) credential. Packaging must comply with ASTM-D-3951.