CLOTH LAMINATED
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, under the Department of Defense, has issued an Award Notice for CLOTH LAMINATED products. This acquisition was conducted as a Total Small Business Set-Aside (FAR 19.5). The award is for the procurement of 200 rolls of specialized laminated cloth for performance in Bremerton, WA.
Scope of Work
The opportunity solicited "CLOTH, LAMINATED, FIRE & WEATHER RESISTANT WATERPROOF 50" W X 50/65 YDS LG, 17.1/19.802 MIN/MAX WT P/SQ YD PLASTIC VINYL CHLORIDE, GREEN #24108". The NAICS code for this acquisition was 314999 with a size standard of 550 employees. Key specifications included compliance with FED STD 595 C501, C542, and RN A-A-55308 TY 1 CL 3 FM-1. The cloth was required to be flame resistant per NFPA 701, marked with "FR" every 24" in 1" black, bold letters, and labeled 0.3 to 3" from the edges. Standard commercial preservation and packaging were also required.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Quantity: 200 Rolls
- Delivery: On or before April 27, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Award Notice Published: February 26, 2026
- Place of Performance: Bremerton, WA
Key Requirements & Compliance
Bidders were required to submit manufacturer specifications in PDF format, with bids lacking these considered non-responsive. A Certificate of Compliance (CDRL Data Item No. 1, DI-MISC-81356A) was a mandatory submission, to be attached via the Wide Area Workflow (WAWF) e-Business Suite. The solicitation also included clauses for Mercury Exclusion (C542) and Certification of Compliance (C501). Vendors needed to be registered in SAM and WAWF, and base access required a DBIDS credential, with all deliveries passing through the base Truck Inspection Station.
Contact Information
For inquiries related to this opportunity, the primary contact is DENISE M. QUIST at Denise.Quist@dla.mil or 360-476-6075.