BAG, DOCUMENT
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 - Pearl Harbor is soliciting quotations for Document Bags (NSN 8105-LL-L27-0385) under a Firm Fixed-Price contract. This opportunity is a Total Small Business Set-Aside. The agency seeks 400 units of a specific bag design. Quotations are due April 23, 2026, by 12:00 PM HST.
Scope of Work
The requirement is for 400 Document Bags with specific dimensions and features:
- Basic Size: 12" Wide x 5" Deep x 14" High.
- Closure: Fold-over Velcro closure flap extending 4" down the front face.
- Strap: 1.5" Wide x 36" Long shoulder strap.
- Material: Herculite, vinyl, or canvas are acceptable.
- Pockets: Minimum of one pocket on the outside front (7" deep).
- Part Number: SOUDERS P/N PH-MES1 or an approved equal.
- A detailed sketch (Attachment 01) provides further visual and dimensional guidance.
Contract Details
- Contract Type: Firm Fixed Price.
- Quantity: 400 Each.
- Delivery: Requested by May 20, 2026. Vendors must provide their best delivery schedule.
- FOB: Destination.
- Payment: Government Purchase Card or Wide Area Work Flow (WAWF).
- Pricing: Based on commercial catalog/published price list, unpublished/internal price list, or sales history.
Submission & Evaluation
- Quote Due Date: April 23, 2026, by 12:00 PM HST.
- Submission Method: Via email to angela.morrelli.civ@us.navy.mil.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical capability will be evaluated first on an acceptable/unacceptable basis, followed by price reasonableness for technically acceptable offers. Delivery is also a factor.
- Required Information: Quotes must include company information, price, manufacturer name, country of origin, business size, delivery date/lead time, and reseller/distributor status (including any manufacturer pricing agreements).
- Mandatory Provisions: Offerors must complete and include FAR 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019.
- Registration: Vendors must be registered in the System for Award Management (SAM) database. CAGE Code, DUNS, SAM registration status, and TIN are required.
- Notes: The Government reserves the right to make an award on any item for a quantity less than offered. Initial quotes should contain best terms, as exchanges may not occur. The Supplier Performance Risk System (SPRS) will be used in past performance evaluations.
Eligibility / Set-Aside
This solicitation is a Total Small Business Set-Aside (FAR 19.5). Offerors must represent their small business status (e.g., Small, Large, Woman-Owned, Disadvantaged, Other).
Additional Notes
Key clauses include those related to telecommunications equipment (FAR 52.204-26, -24, -25), TikTok prohibition (FAR 52.204-27), and Federal Acquisition Supply Chain Security Act (FASCSA) Orders (FAR 52.204-29 & -30). DLAD Procurement Notes address specific requirements like superseded part numbers and product verification testing.