DUCTABLE HEATER (SOLE SOURCE)

SOL #: SPMYM226Q7177Solicitation

Overview

Buyer

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

Place of Performance

Silverdale, WA

NAICS

Small Electrical Appliance Manufacturing (335210)

PSC

Space And Water Heating Equipment (4520)

Set Aside

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

Timeline

1
Posted
May 6, 2026
2
Submission Deadline
May 7, 2026, 3:00 PM

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 Ductable Heaters under a Total Small Business Set-Aside. This opportunity seeks to procure specific King Electric portable unit heaters for mission support. Proposals are due May 7, 2026, at 08:00 AM.

Scope of Work

This solicitation is for 20 Each of the "DUCTABLE PORTABLE UNIT HEATER 480V 10KW 3-PH w/ INSULATED BASE - SATIN NICKEL" (MFR: KING HEATERS, PN: PKB4810-3-T-DT8-IFM-SN). These heaters are designed for use at the bottom of docks and inside tanks. Key requirements include:

  • Item Identification and Valuation: DFARS 252.211-7003 applies; contractors must provide DoD unique identification.
  • Packaging and Marking: In accordance with ASTM-D-3951. Prohibited materials include asbestos, excelsior, loose fill polystyrene, newspaper, or shredded paper.
  • Pallet Usage: Mandatory for items not shipped via small parcel service.
  • Shipment Marking: Must include NSN/FSN, part number, noun nomenclature, quantity, unit of issue, contract/order number, contractor name/address, and delivery address.

Contract Details

  • Contract Type: Implied Firm Fixed Price.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 335210, Size Standard: 1500.
  • Place of Performance: Silverdale, WA 98315, United States.
  • Delivery: Requested by May 15, 2026. Estimated delivery for custom units is 8-10 weeks.

Submission & Evaluation

  • Proposal Due Date: May 7, 2026, 08:00 AM.
  • Submission Method: Via email to TRICIA.WINTERSTEEN@DLA.MIL.
  • Evaluation: Proposals will be evaluated based on Technical, Price, and Past Performance to achieve the best value for the Government. Technical acceptability requires meeting specifications and delivery requirements.
  • NIST SP 800-171: Required for contractors unless items are Commercial Off The Shelf (COTS). COTS items must be identified to the contracting officer.

Additional Notes

  • Base Access: Contractors require a Defense Biometric Identification System (DBIDS) credential for base access.
  • Deliveries: All deliveries must pass through the base Truck Inspection Station.
  • Supply Chain: Supply chain traceability documentation is required.
  • Insurance: Required liability insurance includes Comprehensive General Liability ($500,000), Automobile Liability ($200,000/$500,000/$20,000), and Workmen's Compensation/Employer's Liability ($100,000).
  • Invoicing: Invoices must be submitted electronically via Wide Area Work Flow (WAWF).
  • Clauses: Various FAR and DFARS clauses are incorporated by reference, including those related to safeguarding covered defense information and the Buy American-Balance of Payments Program.

People

Points of Contact

TRICIA WINTERSTEENPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 6, 2026