AIR HOISTS
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 AIR HOISTS. This opportunity is a Total Small Business Set-Aside for vendors to provide two 6-ton capacity, lube-free air hoists. Offers are due by April 7, 2026, at 09:00 AM.
Scope of Work
The requirement is for two (2) each, 6-ton capacity, lubrication-free air hoists with 30' lift and 30' pendant control. These hoists must meet ASME HST-5-1999, Appendix A, and ASME B30.16 standards, and be suitable for hazardous environments (ASME HST-5-1999 class 1 locations) and acceptable in food industry (FME) areas. Key specifications include a minimum safety factor of 5, cast iron housing, 3/4" air supply connection, offshore paint (four coats), swivel top and bottom hooks, and an adjustable overload limiter. They must be proven models for extreme industrial applications, impervious to dust, vapor, humidity, and temperatures.
Contract Details
- Opportunity Type: Solicitation for commercial products/services.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333923 (Size Standard: 1250 employees).
- Estimated Value: Over $15,000.00.
- Place of Performance/Delivery: Bremerton, WA 98314 (Puget Sound Naval Shipyard IMF).
- Delivery Due: By April 30, 2026.
Submission & Evaluation
Offers are due by April 7, 2026, at 09:00 AM. Electronic submission is available through SAM.gov or via email to jack.edwards@dla.mil. To be considered responsive, the solicitation must be completed in its entirety, including filling out box 17A, signing page 1 boxes 30 a, b, and c, providing a CAGE code, quoting FOB Destination Bremerton, WA, annotating lead time, and specifying the manufacturer's name and country of manufacturing. Bids for "equals" must include specifications for evaluation. Contractors are required to have a current NIST SP 800-171 assessment unless items are Commercial Off The Shelf (COTS), which must be identified during the bid. Payment will be made via Wide Area Work Flow (WAWF).
Additional Notes
Offerors must obtain a DBIDS credential for base access. Shipments must adhere to ASTM-D-3951 for marking, preservation, packaging, and packing, with specific prohibitions on certain packing materials and requirements for heat-treated non-manufactured wood packing. Item Unique Identification and Valuation (IUID) requirements apply for items with a Government unit acquisition cost of $5,000 or more. Various FAR and DFARS clauses are incorporated.