DUCT, FLEXIBLE
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 DLA MARITIME - PUGET SOUND is soliciting proposals for DUCT, FLEXIBLE under a Firm Fixed-Price supply contract. This opportunity is a 100% Small Business Set-Aside for commercial items, utilizing simplified acquisition procedures. Delivery is FOB Destination to the Puget Sound Naval Shipyard in Bremerton, WA. Offers are due by March 20, 2026, at 11:00 AM.
Scope of Work
This solicitation is for 260 units of DUCT, FLEXIBLE, specifically described as 5in ID X 25ftLG, BLACK, 2-PLY POLYESTER/NEOPRENE COATED W/SPRING STL WIRE HELIX, LISTED UL-94-V-0, LABELED, FLEXAUST CWGP OR HI-TECH DURAVENT 2PN. The product must be stenciled or ink printed with "FIRE RESISTANT PROPERTY OF US NAVY." Proof of UL certification is required prior to purchase, and items must be palletized.
Contract Details
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 326220 (Size Standard: 800 employees)
- PSC: 4720 (Hose And Flexible Tubing)
- Place of Performance/Delivery: Puget Sound Naval Shipyard, Bremerton, WA 98314.
- Delivery Requested By: April 21, 2026.
Submission Requirements & Evaluation
- Offer Due Date: March 20, 2026, 11:00 AM.
- Submission Method: Electronically.
- Required Submissions:
- Completed pricing for each CLIN.
- Cage code.
- Completed representations and certifications.
- Manufacturer information for proposed items.
- Return all pages of the signed original solicitation package.
- Lead time for delivery (FOB destination).
- Registration: Offerors must have current registration in SAM.gov.
- NIST SP 800-171: May be required unless items are identified as Commercial Off The Shelf (COTS) during the bidding period.
- Inspection: QA 4 - 7 days inspection at destination.
- Invoicing: Electronically via Wide Area Work Flow (WAWF).
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. Various FAR and DFARS clauses are incorporated by reference and full text. All questions regarding the solicitation must be submitted via email to naomi.larson@dla.mil.