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
This is an Award Notice for a solicitation issued by DLA MARITIME - PUGET SOUND for Laminated Cloth (Textile Fabrics, PSC 8305) to be delivered to Bremerton, WA. This opportunity was a 100% Small Business Set-Aside. The original offer due date was February 10, 2026, at 03:00 PM. As an Award Notice, this solicitation is now closed.
Scope of Work
The requirement was for LAMINATED CLOTH, FIRE & WEATHER RESISTANT, WATERPROOF, 50" W x 50/65 YDS LG, 17.1/19.8 MIN/MAX OZ/SQ YD, Polyvinylchloride Laminated, Blue #25102 IAW FED STD 595. Key specifications included:
- Flame Resistance: Must be flame resistant per NFPA 701 Small or Large Scale Test.
- Marking: Marked "FR" in approximately 1" black, bold font (e.g., MS Arial) every 24" along the entire length.
- Labeling: Placed 0.3" to 3" from the edges, running the entire length.
- Packaging: Standard commercial preservation and packaging required.
- Material Specification: Compliance with A-A-55308 TY-I, CLASS-1, FM-1.
- Certifications: A Certificate of Compliance (COC) was required for each lot, submitted via Wide Area Work Flow (WAWF).
- Environmental: Hardware or supplies furnished were not to contain mercury or compounds containing mercury.
Contract Details
- Type: Anticipated as a Firm Fixed Price arrangement.
- Set-Aside: 100% Small Business Set-Aside.
- Place of Performance: Bremerton, WA.
Submission & Evaluation (Historical)
- Offer Due Date: February 10, 2026, 03:00 PM.
- Submission Method: Offers were to be submitted electronically via Wide Area Work Flow (WAWF).
- Evaluation Criteria: Proposals were evaluated based on Technical, Price, and Past Performance. Past performance was assessed using the Supplier Performance Risk System (SPRS) and internal sources.
- Award: The Government reserved the right to make a single award.
Additional Notes
- Compliance with Defense Biometric Identification System (DBIDS) for base access was required.
- All deliveries were to pass through the base Truck Inspection Station.
- Specific clauses related to packaging, marking, inspection, acceptance, and payment (WAWF) were included.
Contact Information
For historical reference, the primary contact was Will Moriwaki at William.M.Moriwaki@dla.mil or 4457378198.