ATTENUATOR
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 quotes for an ATTENUATOR (1.0 LITER GPP), an OEM repair part manufactured by Biesse America (Part Number: 500-20-0016). This is a Total Small Business Set-Aside opportunity for a Firm Fixed Price contract, with performance expected in Silverdale, WA. Quotes are due by March 13, 2026, at 10:00 AM PST.
Scope of Work
The requirement is for one (1) unit of the ATTENUATOR 1.0 LITER GPP, identified by Manufacturer Part Number: 500-20-0016. This part is critical for repairing a 31A Techni Water jet, specifically to address an intensifier leaking issue and ensure stable water pressure flow. The justification for this specific part highlights its unique features as a direct replacement for existing brand-name equipment.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332996 (Size Standard: 550 employees)
- Place of Performance: Silverdale, WA
- DPAS Rated: Yes
- NIST SP 800-171: Required for awardees, unless items are Commercial Off The Shelf (COTS) and identified as such to the contracting officer during the solicitation period.
Submission Requirements
Offerors must submit a signed and completed solicitation via email to armando.saya@dla.mil. Key information to include:
- Contractor's information and CAGE code (Page 1, BLK 17a).
- Contractor's Point of Contact (Section A, A1-1).
- Quote and any other relevant information (Section B).
- Quote FOB Destination SILVERDALE, WA.
- Lead Time and/or Delivery Date (Section F).
- Manufacturer's Name, Address, and Country of Manufacturing (Section K, K21).
- Applicable boxes checked for FAR clauses 52.204-24 (d)(1) and (2), and 52.209-11 (b)(1) and (2) (Section K).
- Signed boxes 30 a, b, and c on Page 1.
- Offerors must be registered in SAM.gov. Additional requirements include obtaining a Defense Biometric Identification System (DBIDS) credential for base access, liability insurance, ASTM-D-3951 compliant packaging, and Item Unique Identification and Valuation (IUID) for CLIN 0001.
Evaluation Criteria
Award will be based on technical acceptability, past performance, and price, with the contract going to the technically acceptable offer most advantageous to the Government.
Key Dates
- Solicitation Issue Date: March 10, 2026
- Quotes Due: March 13, 2026, 10:00 AM PST