ACTUATOR
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 quotes for a HYDRAULIC ACTUATOR (ROTARY HYDRAULIC ACTUATOR MODEL 3770A-41490 ASSEMBLY), P/N: 3770A-41490, manufactured by MOOG. This is a Total Small Business Set-Aside opportunity. The acquisition is described as "SOLE SOURCE" with a request for "EXPEDITED 30 WEEK DELIVERY" and "AIR SHIPMENT AUTHORIZED." Offers are due by March 25, 2026, at 02:00 PM.
Scope of Work
The requirement is for one (1) unit of the specified HYDRAULIC ACTUATOR. Delivery is requested by March 15, 2027, to Bremerton, WA. Packaging must comply with ASTM-D-3951, including specific marking requirements (NSN, noun, quantity, contract number, contractor info, delivery address). Items must be shipped on pallets if not via small parcel service. Unique Item Identification (IUID) is required for the actuator, with specific marking and reporting instructions.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Solicitation Number: SPMYM226Q5864
- Solicitation Issue Date: March 24, 2026
- Offer Due Date: March 25, 2026, 02:00 PM
- Delivery Requested By: March 15, 2027
- Place of Performance: Bremerton, WA 98314
- Inspection Level: QA 4 - 7 days inspection at destination
- Payment: Via Wide Area Work Flow (WAWF)
Submission Requirements
Electronic submission of quotes is available through SAM.gov. To be considered responsive, the solicitation packet must be completed and returned by the closing date. Required information includes:
- Completion of box 17A, and signing page 1 boxes 30 a, b, and c.
- Contractor's CAGE code.
- Quote FOB Destination Bremerton, WA.
- Annotation of lead time.
- Annotation of manufacturer's name and product's country of manufacturing.
- Return all this information with the quote.
- Ensure applicable boxes in Clause 52.204-24 (2)(d) (1) and (2) are checked.
- Email submissions to jack.edwards@dla.mil.
Cybersecurity Requirements
Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019. Commercial Off The Shelf (COTS) items are exempt from this requirement, but must be identified to the contracting officer during the solicitation period.
Evaluation
Evaluation factors will include Technical, Price, and Past Performance, with their relative importance to be determined by the Contracting Officer.
Additional Notes
Contractors require a Defense Biometric Identification System (DBIDS) credential for base access. All deliveries must pass through the base Truck Inspection Station. The solicitation incorporates FAR clauses 52.212-1, 52.212-4, and 52.212-5 by reference or attachment. The NAICS code is 333612 with a size standard of 750.