AIR HOIST
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 proposals for AIR HOIST equipment, specifically JDN .5 TON PROFI TI Air Hoists or approved equal. This opportunity is a Total Small Business Set-Aside and requires strict adherence to technical specifications and submission guidelines. Quotes are due by Friday, February 13, 2026, at 2:00 PM PST.
Scope of Work
This solicitation is for the procurement of AIR HOIST equipment, identified as JDN .5 TON PROFI TI AIR HOISTS, 60' LIFT, P/N: QH23976-0.5TINS, or an approved "equal-to" product. Key technical requirements, detailed in the "SALIENT CHARACTERISTICS" document, include:
- Compliance with ASME HST-5-1999 (Appendix A, Class 2 Type A) and ASME B30.16 standards.
- Minimum safety factor of 5 based on Working Load Limit (WLL).
- 60' long rope controls.
- Suitability for extreme industrial and hazardous environments (FME area/SPS), including explosion-proof design.
- Offshore paint (four coats).
- Lifting capacity of 1100 lb with 7 MM x 21 MM chain.
- Specific headroom (max 17.7" hook-to-hook) and body width (max 6.9") dimensions.
- Permanent internal motor lubrication ("Oil free") and asbestos-free brakes.
- Operating temperature range: -4° F to 158° F, with 85PSI (6bar) operating air pressure.
- Manufacturer must have ISO 9002 QA Certificate.
Key Requirements for Offerors
- NIST SP 800-171: Required for awardees unless items are Commercial Off The Shelf (COTS) and identified as such during the solicitation period.
- "Brand Name or Equal To": If offering an "equal-to" material, vendors must submit manufacturer specifications (PDF format) for technical evaluation. Bids missing these specifications will be deemed incomplete and non-responsive.
- Quote Details: Provide contractor's information, CAGE code, Point of Contact (POC), quote, manufacturer's name, address, country of manufacturing, lead time/delivery date, and check applicable boxes for FAR 52.204-24 (d)(1) and (2) and 52.209-11 (b)(1) and (2).
- FOB Destination: Bremerton, WA.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333923 (Size Standard: 1250 employees)
- Place of Performance: Bremerton, WA
- Response Due: Friday, February 13, 2026, at 2:00 PM PST
- Published Date: February 12, 2026
Evaluation Criteria
Award will be based on an evaluation of Technical, Price, and Past Performance. Technical and Past Performance are considered more important than Price. Offers without required manufacturer specifications for "equal-to" items will not be considered.
Submission Instructions
Electronic submission of quotes is available through SAM.gov. However, for your bid to be deemed responsive, a signed and completed solicitation must be submitted via email to Deborah.Beierle@dla.mil.