CLOTH, SILICA
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 CLOTH, SILICA. This is a Total Small Business Set-Aside opportunity to procure 50 rolls of silica cloth for delivery to Bremerton, WA. Offers are due by March 12, 2026, at 10:00 AM PST.
Scope of Work
This solicitation is for 50 rolls of CLOTH, SILICA, each measuring 36" W x 1800" LG (50 YD), with a weight of 31/39 MIN/MAX OZ P/SQ YD. The material must be GLASS, NATURAL COLOR, and resistant to ABRASION, FIRE, and MILDEW. It must meet MIL-DTL-24576B TY-1 CL-1 specifications, specifically referencing Amendment 4 November 2024 for Type 1, Class 1 Heavy Weight, 50-yard rolls minimum, and natural color. Packing must comply with "PACKING B" and ASTM-D-3951. Prohibited packing materials include asbestos, excelsior, loose fill polystyrene, newspaper, or shredded paper. Non-manufactured wood packaging must be heat-treated. Items not shipped via small parcel service must be on pallets.
Contract Details
- Type: Firm Fixed Price
- Period of Performance: Indicated as ending in November 2025.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 314910 (Textile Fabrics) with a size standard of 500 employees.
- Payment: Via Wide Area Work Flow (WAWF).
- Place of Performance: Bremerton, WA.
Submission & Evaluation
Offers must be submitted via email to TRICIA.WINTERSTEEN@DLA.MIL. Required submission items include a completed and signed solicitation, manufacturer information, country of origin, and lead time for delivery (FOB destination). Alternate items must include manufacturer, country of origin, and a spec sheet. Offers are due by March 12, 2026, at 10:00 AM PST. Evaluation will be based on Technical, Price, and Past Performance, with past performance assessed using PPIRS-SR. Contractors required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old). Items deemed Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171, but must be identified to the contracting officer during the solicitation period.
Additional Notes
Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station. Compliance with various FAR and DFARS clauses related to insurance, supply chain traceability, and item unique identification is required.