ARM CROSSBAR
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
DLA Maritime Puget Sound is soliciting proposals for ARM CROSSBAR components under a Total Small Business Set-Aside. This is a Firm Fixed-Price supply contract for delivery to Puget Sound Naval Shipyard, Bremerton, WA. Quotes are due by 10 AM Pacific Time on February 6th, 2026.
Scope of Work
The procurement is for ARM CROSSBAR components, specifically including AFT CROSSBAR and FWD CROSSBAR, manufactured to material specifications. Specific part numbers (e.g., PEERLESS TOOL & MACHINE CO INC, P/N: 12010195-1 and P/N: 12010194-1) are referenced. Vendors quoting "equals" must provide manufacturer specifications in PDF format. Requirements also include Item Unique Identification and Valuation (DFARS 252.211-7003).
Contract Details
- Contract Type: Firm Fixed-Price (FFP) supply contract.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 333923 (Size Standard: 1250 employees).
- Product Service Code (PSC): 3940 (Blocks, Tackle, Rigging, And Slings).
- Delivery: FOB Destination to Puget Sound Naval Shipyard, Bremerton, WA. Estimated delivery date is April 24, 2026.
- Payment: Via Wide Area WorkFlow (WAWF).
- CDRLs: Requires submission of "CERTIFICATE OF COMPLIANCE/CONFORMANCE" via WAWF, with email notifications to BREM.PSNS.WAWFQA.FCT@navy.mil.
Submission & Evaluation
Offers must be submitted electronically with a completed and signed solicitation package. Key submission requirements include:
- Filling out the solicitation, including box 17A, reading box 28, and signing page 1 boxes 30 a, b, and c.
- Providing CAGE CODE and FACILITY CAGE CODE.
- Stating company size (SMALL or LARGE) and annotating LEAD TIME.
- Completing pricing for each CLIN (FOB Destination Bremerton, WA).
- Annotating manufacturer name, country of manufacturing, and part number for each CLIN.
- Providing manufacturer's specification sheets (not copied/pasted).
- Providing redacted quote and email from the manufacturer/distributor.
- Completing all representations and certifications.
- Ensuring current registration in SAM.gov. Award will be made to the responsible Offeror whose offer is most advantageous to the Government, price and other factors considered.
Key Dates & Contact
- Quote Close Date: February 6th, 2026, at 10 AM Pacific Time Zone.
- Questions: All questions must be submitted via email to Vera Anderson at vera.anderson@dla.mil.
- Solicitation Access: Offerors are responsible for downloading the RFQ and monitoring the site for amendments.