BEAM CLAMPS
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 BEAM CLAMPS under a Total Small Business Set-Aside. This acquisition seeks specific adjustable beam clamps for rigging and lifting operations. Offers are due December 16, 2025, at 01:00 PM.
Scope of Work
The solicitation (SPMYM226Q5166) details requirements for BUTTON-LOK ADJUSTABLE BEAM CLAMPS across four line items:
- Item 0001: 4"-12" opening, specific Working Load Limits (WLL) at various angles (90, 60, 45, 30 degrees). Quantity: 10.
- Item 0002: 3"-10" opening, specific WLL requirements. Quantity: 10.
- Item 0003: 4"-12" opening, higher WLL requirements (e.g., 7,000 lb at 90 deg). Quantity: 5.
- Item 0004: 3"-10" opening, higher WLL requirements. Quantity: 5. All clamps must meet ASME B30.20 and ASME BTH-1 standards, have a design factor of 5, include a removable forged steel hoist ring, and be mountable on beams at least 5/8" thick. Vendors proposing "equals" must submit detailed specifications for evaluation; bids without these will be considered non-responsive.
Contract & Timeline
- Type: Solicitation (RFP/RFQ)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS: 333923 (Industrial Machinery Manufacturing), Size Standard: 1250 employees
- Offer Due: December 16, 2025, 01:00 PM
- Published: December 12, 2025 (based on document posted date)
- Delivery: Estimated by June 30, 2026, for all items.
- Value: Expected to be over $15,000.00.
Submission & Evaluation
Offers must be submitted electronically. Bidders are required to comply with Defense Biometric Identification System (DBIDS) requirements for base access. Evaluation will consider technical factors, price, and past performance.
Additional Notes
Contractors must adhere to DLAD Procurement Notes regarding manufacturing phase-out, supply chain traceability, and packaging/marking. Unique Item Identification (UII) is mandatory for items with a unit acquisition cost of $5,000 or more, or as specified in the schedule. Payment will be processed via Wide Area Work Flow (WAWF).