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
This is an Award Notice from the Defense Logistics Agency (DLA) Maritime - Puget Sound for the procurement of a HYDRAULIC ACTUATOR. The acquisition was conducted as a Total Small Business Set-Aside. While the awardee is not specified in the provided information, the notice confirms the completion of the procurement process for this critical component.
Scope of Work
The awarded contract was for one (1) ROTARY HYDRAULIC ACTUATOR MODEL 3770A-41490 ASSEMBLY, P/N: 3770A-41490, manufactured by MOOG. This was a sole-source acquisition. Key requirements included expedited delivery, initially requested within 30 weeks, later amended to 18 weeks. The item required specific packaging (ASTM-D-3951) and Unique Item Identification (IUID).
Contract Details
- Contract Type: Firm Fixed Price
- Solicitation Number: SPMYM226Q5864
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333612 (Size Standard: 750 employees)
- Place of Performance: Bremerton, WA 98314, United States
Original Solicitation & Timeline
The original solicitation was issued on March 24, 2026. An amendment was later issued, extending the offer due date to March 31, 2026, at 05:00 PM. Delivery was requested by March 15, 2027, with an expedited 18-week timeline for CLIN 0001. Inspection was QA 4, 7 days at destination, and payment was via Wide Area Work Flow (WAWF).
Evaluation
Proposals for the original solicitation were to be evaluated based on Technical capability, Price, and Past Performance, with their relative importance determined by the Contracting Officer.
Additional Notes
Contractors were required to have a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries had to pass through the base Truck Inspection Station. The solicitation incorporated FAR clauses 52.212-1, 52.212-4, and 52.212-5.