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, including AFT and FWD Crossbars, under a Firm Fixed-Price supply contract. This opportunity is a 100% Total Small Business Set-Aside. The required delivery is to the Puget Sound Naval Shipyard in Bremerton, WA, by April 24, 2026. Quotes are due by February 12, 2026, at 07:00 AM Pacific Time.
Scope of Work
The procurement involves manufacturing and supplying ARM CROSSBARs in accordance with detailed material specifications and attached engineering drawings (AFT and FWD Crossbar Drawings). Key requirements include adherence to ASME Y14.5-2018 standards, use of HSS HY100 MIL-S-21952 C/D material, and a specific polyamide epoxy paint system. Vendors quoting "equals" must submit manufacturer specifications in PDF format for evaluation.
Contract Details
- Type: Firm Fixed-Price (FFP) supply contract
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333923 (Size Standard: 1250 employees)
- PSC: 3940 (Blocks, Tackle, Rigging, And Slings)
- Place of Delivery: PUGET SOUND NAVAL SHIPYARD, Bremerton, WA (FOB Destination)
- Delivery Required: On or before April 24, 2026
Submission Requirements
Offerors must submit fully completed quotes with signed solicitations. Key submission items include:
- Completed solicitation, with Box 17A filled and Page 1 Boxes 30 a, b, c signed.
- CAGE CODE and FACILITY CAGE CODE.
- Company size (Small or Large) and Lead Time.
- Completed pricing for each CLIN, quoted as FOB Destination Bremerton, WA.
- Manufacturer name, country of manufacturing, and part number for each CLIN.
- Manufacturer's specification sheets (not copied/pasted).
- Redacted quote and email from the manufacturer/distributor.
- Completed representations and certifications.
- Return all pages of the completed original solicitation package.
- Ensure current registration in SAM.gov.
- Certificates of Compliance (CDRLs for CLINs 0001 and 0003) are required and must be attached to the Invoice/Receiving Report in WAWF, with email notifications sent to BREM.PSNS.WAWFQA.FCT@navy.mil.
Evaluation & Important Notes
Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering price and other factors. Evaluation factors may be significantly more important than, approximately equal to, or significantly less important than price. DFARS 252.211-7003 (Item Identification and Valuation) is applicable. All questions must be submitted via email to vera.anderson@dla.mil. Base access for delivery personnel requires a Defense Biometric Identification System (DBIDS) credential.