BENCHTOP PARTICLE COUNTER
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 proposals for a Benchtop Particle Counter to be delivered to Bremerton, WA. This is a Total Small Business Set-Aside opportunity. The requirement is for one (1) PAMAS SBSS Particle Counter or an approved equal. Quotes are due by April 02, 2026, at 10:00 AM.
Scope of Work
This solicitation is for the procurement of one (1) Benchtop Particle Counter, specifically identified as a PAMAS SBSS Particle Counter (MFR: PAMAS, MODEL: SBSS, PART: AYA-10-50040). The equipment must meet detailed salient characteristics, including:
- Applicable Test Methods: ISO 4406, SAE AS 4059 E, NAS 1638, among others.
- Sensor Specifications: Volumetric sensors (e.g., HCB-LD-50/50, HCB-LD-25/25, SLS-25/25) with specific size ranges (e.g., 1-200 µm, 0.5-20 µm), maximum particle concentrations, and flow rates.
- Physical Attributes: Dimensions (400 mm x 300 mm x 600 mm) and various counter features like adjustable size channels, display resolution, integrated printer, RS-232C interface, and power supply requirements.
- Installation: Requires a PAMAS representative for on-site assembly, configuration, and setup, which adds an estimated 6 months to the delivery date.
Contract Details
- Contract Type: Firm Fixed Price (implied).
- Estimated Value: Over $15,000.00.
- Period of Performance: March 25, 2026, to April 24, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334516, with a size standard of 1000 employees.
- Place of Performance: Silverdale, WA 98315, with FOB Destination Bremerton, WA.
- NIST SP 800-171: Required for awardees unless the item is Commercial Off The Shelf (COTS) and identified as such to the contracting officer during the solicitation period.
Submission & Evaluation
- Offer Due Date: April 02, 2026, 10:00 AM.
- Submission Method: Electronic submission of quotes is available through SAM.gov. A signed and completed solicitation must also be submitted via email to diana.baldwin@dla.mil to be deemed responsive.
- Required Information: Bidders must provide contractor info and CAGE code (Page 1 BLK 17a), POC (Section A. A1), quote details (Section B), lead time/delivery date (Section F), manufacturer details (Section K. K21), and check applicable boxes for FAR clauses 52.204-24 (d)(1) and (2) and 52.209-11 (b)(1) and (2).
- "Equals" Quotes: Vendors proposing "equal" products must submit manufacturer specifications in PDF format for evaluation; failure to do so will result in a non-responsive bid.
- Evaluation Criteria: Technical acceptability, price, and past performance.
- Payment: Will be made via Wide Area Workflow (WAWF).
- Base Access: Contractors may require a Defense Biometric Identification System (DBIDS) credential for base access.
Contact Information
For inquiries, contact Diana Baldwin at diana.baldwin@dla.mil.