BOLT, COUPLING
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 BOLT, COUPLING under a 100% Small Business Set-Aside. This requirement involves manufacturing bolts in accordance with specific material specifications and requires vendors to have an active account in the Joint Certification Program (JCP) to access distribution D drawings. Offers are due March 18, 2026, at 08:00 AM (PST/PDT).
Scope of Work
The solicitation is for the procurement of BOLT, COUPLING and NUT, COUPLING, specifically including items like "COUPLING BOLT, 3 INCH - 4UNC-2A BY 17.875 INCH" and "COUPLING NUT,, 3 INCH - 4UNC-2B HEAVY HEX". Vendors offering "equal-to" material must provide manufacturer specifications for technical evaluation. The requirement includes detailed material ordering data per "MIL-S-24093A w/INT AMENDMENT 1, STEEL FORGINGS, CARBON AND ALLOY HEAT TREATED," specifying class, type, melting practices, and testing.
Contract & Timeline
- Type: Firm Fixed-Price Supply Contract (Commercial Items, Simplified Acquisition Procedures)
- Set-Aside: 100% Small Business Set-Aside (NAICS: 332722, PSC: 5306)
- Offer Due: March 18, 2026, at 08:00 AM (PST/PDT)
- Published: March 16, 2026
- Delivery: FOB Destination to DLA DISTRIBUTION PUGET SOUND EVERETT, WA 98207, with deliveries scheduled for December 10, 2026.
- Payment: Via Wide Area Work Flow (WAWF).
- Inspection: At destination, QA inspection level of 4-7 days.
Key Requirements & Submission
- JCP Access: Vendors must have an active Joint Certification Program (JCP) account to obtain distribution D drawings, which will be provided via a password-protected PDF on https://safe.apps.mil/. Contact naomi.larson@dla.mil to obtain drawings.
- NIST SP 800-171: Required for awardees unless items are Commercial Off The Shelf (COTS) and identified as such during the bid period.
- Unique Item Identification (IUID): Required for items with a unit acquisition cost of $5,000 or more, with specific exceptions.
- Submission: Offers must be submitted electronically via WAWF.
- Required Documents:
- Complete pricing for each CLIN.
- Provide CAGE code.
- Complete all representations and certifications.
- Provide manufacturer information for proposed items.
- Return all pages of the signed original solicitation package.
- Ensure current SAM.gov registration.
- Include lead time for delivery (FOB destination).
- Packaging: Adhere to specific packaging and marking requirements per ASTM-D-3951.
Evaluation
Evaluation will be based on Technical, Price, and Performance factors.
Additional Notes
Contractors must obtain a Defense Biometric Identification System (DBIDS) credential for base access. All questions regarding the solicitation should be submitted via email to naomi.larson@dla.mil.