FALSE DECK PANELS
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 quotes for FALSE DECK PANELS under solicitation number SPMYM2-26-Q-5926. This is a Total Small Business Set-Aside acquisition, utilizing commercial and simplified acquisition procedures, with a resultant Firm Fixed-Price supply contract for FOB Destination delivery. Quotes are due by April 3, 2026, at 10:00 AM.
Scope of Work
This opportunity is for the procurement of 13 FALSE DECK PANELS (NSN 2040-01-724-4493, Part Number SM3000-BLU-48X96). These panels are specifically described as Navy Flexible Infrastructure False Deck Tiles, with a nominal size of 48" X 96" X 0.568" Thick, BLUE in color, and made of COMPOSITE material. They are required for the USS Benfold (DDG-65) project, as detailed under SSP: TPCC-DDG65-NWRMC26-S003, W/I: 622-12-001, PARA: 5.1.1.
Contract & Timeline
- Contract Type: Firm Fixed-Price supply contract
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 2040 (Marine Hardware And Hull Items)
- NAICS Code: 336612 (Shipbuilding and Repairing) with a 1000-employee size standard
- Delivery: FOB Destination, required on or before April 30, 2026
- Offer Due Date: April 3, 2026, 10:00 AM (Pacific Time, based on Bremerton, WA location)
- Published Date: April 12, 2026
Submission & Evaluation
Bidders must submit fully completed quotes with a signed solicitation package. Key submission requirements include:
- Completion of pricing.
- Completion of all representations and certifications found in the solicitation.
- Provision of manufacturer information for proposed items, preferably using the provided "BRAND NAME TEMPLATE.docx" and submitting specifications in PDF format. Failure to provide manufacturer specifications will result in a non-responsive bid.
- Return of all pages of the completed original solicitation package.
- Ensuring current registration in the System for Award Management (SAM.gov).
Evaluation will be based on price and other factors, with specific details to be provided in Section M of the solicitation. Late offers will not be considered.
Additional Notes
- All questions regarding the solicitation must be submitted via email.
- Payment will be made via Wide Area Work Flow (WAWF).
- Contractors will need to obtain a Defense Biometric Identification System (DBIDS) credential for base access at the place of performance in Bremerton, WA.