DUST COLLECTOR
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 a Turn-Key Dry-Dock Dust Collector for its facility in Silverdale, WA. This Total Small Business Set-Aside opportunity requires the design, manufacture, testing, and installation of a complete dust collection system. Proposals are due April 3, 2026, at 5:00 PM UTC.
Scope of Work
The contractor will provide a complete "turn-key" dust collection system, including design, manufacturing, testing, grooming, shipping, crating, rigging, and operational testing. The system must be designed for a salt and dust laden outdoor marine industrial environment.
Key Specifications:
- 12,000 CFM at -16" W.C.
- 50 HP, 460 Volt, 3-phase motor
- Class III High Static fan and pulse jet cleaning system
- Certified lifting points and forklift slots
- Electrical power not to exceed 60 AMPS at 480 VAC, 3-phase
- Compressed air requirement: 90 psi and 100 CFM nominal (excess capacity by contractor)
- All components must be new, Commercial Off-The-Shelf (COTS), and NRTL inspected and certified. No asbestos products permitted.
Required Deliverables (CDRLs):
- Pad Eyes Certification/NDT Report (A001): For crane lifting points/pad eyes, including load test (125-130%) and NDT results per MIL-HDBK-728/1.
- Technical Data Package (B001): Including NRTL Certification documentation per DI-SESS-80776.
- COTS Manuals (C001): One hard copy of manufacturer's Operation, Maintenance, and Repair Manuals (schematics, "as built" configuration, English, imperial units), a "no asbestos used" statement, and a recommended spare parts list per DI-TMSS-80257C.
- Warranty Performance Report (D001): Detailing a 1-year warranty from acceptance, per DI-SESS-81639A.
Contract Details
- Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333413, Size Standard: 500 employees
- Place of Performance: Silverdale, WA 98315, United States
- Delivery: Requested by April 27, 2026, for all line items.
Submission & Evaluation
- Proposal Due Date: April 3, 2026, 5:00 PM UTC
- Submission Method: Via email to TRICIA.WINTERSTEEN@DLA.MIL.
- Required with Quote: Completed and signed solicitation, Manufacturer (MFR), Country of Origin, and Lead Time for Delivery (FOB destination). Alternate items must include MFR, Country of Origin, and Spec Sheet.
- NIST SP 800-171: Required unless the item is COTS; COTS items must be identified with supporting information.
- Evaluation Criteria: Technical acceptability (prerequisite), Price, and Past Performance. Award will be made to the offer most advantageous to the Government.
Contact Information
Primary Point of Contact: TRICIA WINTERSTEEN, TRICIA.WINTERSTEEN@DLA.MIL, 3605090205.