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 is soliciting proposals for Laminated Cloth under a Firm Fixed-Price supply contract. This acquisition is a Total Small Business Set-Aside for the procurement of 200 rolls of fire and weather resistant, waterproof laminated cloth. The product is for FOB Destination delivery to Bremerton, WA. Offers are due by February 2, 2026, at 1:00 PM Pacific Time.
Scope of Work
This opportunity requires the supply of 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. Key specifications include compliance with FED STD 595 C501, C542, and RN A-A-55308 TY 1 CL 3 FM-1. The cloth must be flame resistant per NFPA 701 (Small or Large Scale Test) and marked with "FR" in 1" black, bold letters every 24" along its length, placed 0.3 to 3" from the edges. Standard commercial preservation and packaging are required. The total quantity is 200 rolls, with delivery required on or before April 27, 2026.
Contract & Timeline
- Type: Firm Fixed-Price Supply Contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 8305 (Textile Fabrics)
- Offer Due Date: February 2, 2026, at 1:00 PM Pacific Time
- Published Date: January 30, 2026
- Place of Performance: Bremerton, WA 98314 (FOB Destination)
Submission Requirements
Interested firms must:
- Complete pricing and all representations and certifications found in the solicitation.
- Provide manufacturer information of proposed items.
- Return all pages of the completed original solicitation package.
- Submit manufacturer specifications in PDF format; bids without these will be considered non-responsive.
- Ensure current registration in the System for Award Management (SAM.gov).
- A "Certificate of Compliance" (DI-MISC-81356A) is a required data item, to be submitted via Wide Area Workflow (WAWF) e-Business Suite.
Key Clauses & Requirements
Bidders must adhere to specific clauses including Mercury Exclusion (C542) and Certification Of Compliance (C501). A Certificate of Compliance is required for the product.
Additional Notes
Evaluation factors will include technical, price, and performance. Vendors must be registered in SAM and WAWF for electronic invoicing and payment. Base access for deliveries requires a Defense Biometric Identification System (DBIDS) credential, and all deliveries must pass through the base Truck Inspection Station. All questions regarding the solicitation must be submitted via email.