BLOCK LEVEL
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 has issued a Combined Synopsis/Solicitation (SPMYM2-26-Q-7157) for BLOCK LEVEL measuring tools. While formally designated as a Total Small Business Set-Aside, this opportunity is identified as a sole source acquisition for Warren-Knight Instrument Company, with competition restricted to this vendor. The requirement is for a firm fixed-price supply contract with FOB Destination delivery to Bremerton, WA. Offers are due by May 5, 2026, 10:00 AM Pacific Time.
Scope of Work
This solicitation seeks a "BLOCK LEVEL, 15-ARCSECOND INCLINATION ACCURACY WITH RESPECT TO GRAVITY, PART #WK-23-4015". The item is described as the only one approved by the Calibration Lab, fully supported by the Metcal Program, and a direct replacement part compatible with existing systems. Delivery is FOB Destination to Puget Sound Naval Shipyard IMF, Bremerton, WA 98314.
Contract & Timeline
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Nature: Sole Source (competition restricted to Warren-Knight Instrument Company)
- Response Due: May 5, 2026, 10:00 AM Pacific Time
- Published: May 3, 2026
Evaluation & Submission
Award will be based on low price, technically acceptable award criteria. Offerors must submit fully completed quotes, including pricing, all representations and certifications, and manufacturer information for proposed items. All pages of the original solicitation package must be returned, and firms must ensure current registration in SAM.gov. Proposals are to be submitted electronically via Wide Area Work Flow (WAWF).
Additional Notes
All questions regarding the solicitation must be submitted via email. Offerors are responsible for downloading the RFQ and monitoring for amendments. Access to Navy Base Kitsap installations requires specific badging or visitor passes.