ARM CROSSBAR

SOL #: SPMYM226Q5364Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Overhead Traveling Crane (333923)

PSC

Blocks, Tackle, Rigging, And Slings (3940)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Feb 6, 2026
3
Submission Deadline
Feb 6, 2026, 6:00 PM

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 the procurement of ARM CROSSBAR components, specifically AFT and FWD Crossbars, under a Firm Fixed-Price supply contract. This opportunity is a 100% Total Small Business Set-Aside for delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Quotes are due by February 6, 2026, at 10:00 AM Pacific Time.

Purpose & Scope

The Defense Logistics Agency (DLA) Maritime - Puget Sound intends to acquire ARM CROSSBARs, manufactured according to detailed material specifications. The procurement includes both AFT and FWD Crossbar components, as outlined in the attached engineering drawings. The resultant award will be a firm fixed-price supply contract with FOB Destination delivery to Bremerton, WA. The applicable NAICS Code is 333923 (Size Standard: 1250 employees) and the Product Service Code (PSC) is 3940 (Blocks, Tackle, Rigging, And Slings).

Key Requirements

Bidders must be capable of manufacturing or supplying the AFT and FWD Crossbars in strict accordance with the provided engineering drawings. These drawings detail specifications such as ASME Y14.5-2018 for dimensions and tolerancing, HSS HY100 MIL-S-21952 C/D material, and a specific polyamide epoxy paint system (MIL-DTL-24441). Key submission requirements include:

  • Completed and signed solicitation package.
  • Provision of CAGE Code, company size (Small/Large), and annotated lead time.
  • Detailed pricing for each Contract Line Item Number (CLIN).
  • Manufacturer's name, country of manufacturing, and part number for each CLIN.
  • Manufacturer's specification sheets for quoted items (copied/pasted not accepted).
  • Redacted quote from the manufacturer/distributor.
  • Completion of all representations and certifications.
  • Current registration in SAM.gov.
  • Compliance with Item Unique Identification and Valuation (DFARS 252.211-7003).
  • Submission of "Certificate of Compliance/Conformance" via Wide Area Workflow (WAWF) as per CDRLs.

Contract Details

  • Contract Type: Firm Fixed-Price Supply Contract
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • Place of Performance: Puget Sound Naval Shipyard, Bremerton, WA
  • Delivery Requirement: On or before April 24, 2026

Submission & Evaluation

Offers must be submitted electronically by the deadline. The award will be made to the responsible Offeror whose proposal is most advantageous to the Government, considering price and other factors. Failure to submit a complete and signed solicitation package by the deadline may result in rejection.

Contact Information

All questions regarding this solicitation must be submitted via email to Vera Anderson at vera.anderson@dla.mil.

People

Points of Contact

Vera AndersonPRIMARY

Files

Files

Download
Download
Download

Versions

Version 3
Solicitation
Posted: Feb 6, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 6, 2026
Version 1
Solicitation
Posted: Feb 5, 2026
View
ARM CROSSBAR | GovScope