Bronze Plate
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 quotes for Bronze Plate (1 inch THK X 18 inch WIDE X 36.5 inch LENGTH) for the manufacture of replacement retaining rings. This is a Total Small Business Set-Aside opportunity. Quotes are due by Friday, April 17, 2026, at 12:00 PM PST.
Scope of Work
This solicitation (SPMYM226Q5087) requires the provision of bronze plate meeting ASTM B505 C90300 AS-CAST specifications (QQ-C-390 B C90300 TYPE III is acceptable). The material is intended for the manufacture of replacement retaining rings. Delivery is FOB Destination Bremerton, WA.
Contract Details
- Opportunity Type: Solicitation (Request for Quote - RFQ)
- Contract Type: Firm Fixed Price
- Estimated Value: Over $15,000.00
- Set-Aside: Total Small Business (NAICS: 332313, Size Standard: 750 employees)
- Department/Office: DEPT OF DEFENSE / DEFENSE LOGISTICS AGENCY / DLA MARITIME - PUGET SOUND
- Place of Performance: Bremerton, WA, United States
- Anticipated Delivery/Performance: Around November 2025
- Special Requirements: NIST SP 800-171 compliance is required unless items are Commercial Off The Shelf (COTS), which must be identified. Defense Biometric Identification System (DBIDS) is required for base access, and Wide Area Work Flow (WAWF) for payment. Data item submittals under CDRLs are also required.
Submission & Evaluation
Quotes will be evaluated based on Technical capability, Price, and Past Performance. Technical evaluation will consider the Supplier Performance Risk System (SPRS) and other sources. Offerors must complete specific blocks (12, 17, 23, 24, 30) and provide contractor information, CAGE code, POC, quote details, manufacturer information, lead time, and check applicable boxes for clauses 52.204-24 (d)(1) and (2), and 52.209-11 (b)(1) and (2). A signed and completed solicitation, along with both attached documents, must be submitted via email to david.dominguezjr@dla.mil to be deemed responsive.
Key Dates & Contact
- Response Due: Friday, April 17, 2026, 12:00 PM PST
- Published Date: April 16, 2026
- Primary Contact: DAVID DOMINGUEZ (DAVID.DOMINGUEZJR@DLA.MIL, 4457370812)