CADDY CART
SOL #: SPMYM226Q7228Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States
Place of Performance
Bremerton, WA
NAICS
Industrial Truck (333924)
PSC
Warehouse Truck And Tractors, Self Propelled (3930)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
May 11, 2026
2
Submission Deadline
May 12, 2026, 6:00 PM
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 Department of Defense (DOD), specifically DLA MARITIME - PUGET SOUND, is soliciting proposals for the procurement of a CADDY CART. This is a Total Small Business Set-Aside opportunity. The acquisition is for a Firm Fixed Price contract, with proposals due by May 12, 2026, at 11:00 AM.
Scope of Work
This solicitation (SPMYM226Q7228) requires the procurement of a "CADDY CART" with specific technical requirements:
- Heavy-duty chain drive, 36V, 6K, 10" hydraulic lift kit.
- Upgraded steel frame.
- 3 (12 VOLT) 115 AMP batteries.
- Variable speed forward/reverse and an onboard battery charger.
- Specific wheel/tire specifications.
- The contractor must provide DoD unique identification or equivalent.
- Packaging and marking must comply with ASTM-D-3951.
- Hazardous material identification and safety data are required.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: Delivery on or before May 29, 2026.
- Estimated Value: Over $15,000.00.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333924, Size Standard: 900.
- Offer Due Date: May 12, 2026, 11:00 AM.
- Published Date: May 11, 2026.
- Place of Performance: Bremerton, WA 98314, United States.
Submission & Evaluation
- Submission Method: Electronic submission of quotes is available through SAM.gov. A signed and completed solicitation must also be submitted via email to jack.edwards@dla.mil or fax to 360-476-4121.
- Required Submission Items: Complete the solicitation in its entirety, including filling out box 17A, signing page 1 (boxes 30 a, b, and c), providing CAGE code, quoting FOB Destination Bremerton, WA, annotating lead time, and identifying the manufacturer's name and country of manufacturing. Ensure applicable boxes in clause 52.204-24 (2)(d) (1) and (2) are checked.
- NIST SP 800-171: If the contractor is required to implement NIST SP 800-171, a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019 is necessary. Items deemed Commercial Off The Shelf (COTS) are exempt, but must be identified to the contracting officer during the solicitation period.
- Evaluation: Proposals will be evaluated based on price and other factors, with evaluation factors other than price being significantly more important than price.
- Payment: Payment will be made via Wide Area Work Flow (WAWF).
Additional Notes
Offerors must obtain a Defense Biometric Identification System (DBIDS) credential for base access. All deliveries must pass through the base Truck Inspection Station. Correspondence must be in English.
People
Points of Contact
JACK EDWARDSPRIMARY
Files
Files
Versions
Version 1Viewing
Solicitation
Posted: May 11, 2026