CLOTH, LAMINATED

SOL #: SPMYM226Q5236Award Notice

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Broadwoven Fabric Mills (313210)

PSC

Textile Fabrics (8305)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 9, 2026
2
Last Updated
Feb 19, 2026

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.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Award Notice
Posted: Feb 19, 2026
Version 1
Solicitation
Posted: Feb 9, 2026
View
CLOTH, LAMINATED | GovScope