COAST MARINE AND INDUSTRIAL SUPPLY INC- PILOT LADDERS
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 NAVSUP Fleet Logistics Center Puget Sound, a component of the Department of the Navy, intends to award a firm-fixed-price Supply-type Purchase Order for OEM COAST MARINE AND INDUSTRIAL SUPPLY INC- PILOT LADDERS. This acquisition is a Total Small Business Set-Aside and is for the procurement of specific brand name pilot and debarkation ladders for the USNS Washington Chambers (T-AKE-11), with delivery to BATS Warehouse San Diego, CA. Proposals are due April 3, 2026, at 10:00 AM Local Time.
Scope of Work
This solicitation is for the brand name procurement of Original Equipment Manufacturer (OEM) pilot boarding, embarkation, and debarkation ladders. The requirement includes:
- Two (2) units of 39 FOOT COMAR/MARK/I PILOT LADDER (P/N: PLS-1039).
- Six (6) units of 50 FOOT COMAR/DEBARKATION LADDER (P/N: SDL-1050). All ladders must include SOLAS Chapter V Regulation 23 and United States Coast Guard approval certificates. Contractors must also provide DoD unique identification. The brand name requirement for Coast Marine and Industrial Supply Inc. is justified by the need for custom manufacturer certificates, OEM warranties, and compliance with regulatory requirements, as well as reducing overall life-cycle costs due to existing spare parts and maintenance knowledge.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Supply-type Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 332999, Size Standard: 750 employees.
- Period of Performance: Delivery on or before September 30, 2026, for both line items.
- Proposal Due: April 3, 2026, 10:00 AM Local Time.
- Published Date: March 20, 2026.
Evaluation
Award will be based on an evaluation of Technical (including delivery date), Past Performance, and Price. The government reserves the right to make a single award for all items.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) and include documentation from the OEM establishing that the parts are genuine, including traceability to the manufacturer and manufacturer warranties. Any exceptions to the solicitation terms must be explicitly provided. Quotes must be submitted to the Contracting Official and Contracting Points of Contact identified in SAM.gov.