FILM, MASKING, PLASTIC
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 FILM, MASKING, PLASTIC under a 100% Small Business Set-Aside. This will result in a Firm Fixed-Price supply contract for FOB Destination delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Proposals are due May 6, 2026, at 01:00 PM (Local Time).
Scope of Work
This opportunity requires the procurement of FILM, MASKING, PLASTIC, specifically described as 72" W x .003" THK x 50 LB ROLL OF GRAY MASKING FILM, PLASTIC, POLYVINYLCHLORIDE, FIRE RETARDANT IAW NFPA 701 C542 PN 90372GRY. The product must be mercury-free and fire retardant. Packaging and marking must comply with ASTM-D-3951, including National Stock Number (NSN) or part number, noun nomenclature, quantity, contract number, contractor name/address, and destination. Items also require Unique Item Identification (UII) marked with a two-dimensional data matrix symbology.
Contract Details
- Type: Firm Fixed-Price Supply Contract
- Solicitation Number: SPMYM226Q7173
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS: 326112 (Plastics Product Manufacturing)
- PSC: 9330 (Plastics Fabricated Materials)
- Place of Performance: Puget Sound Naval Shipyard, Bremerton, WA 98314
Submission & Evaluation
- Offer Due Date/Time: May 6, 2026, 01:00 PM (Local Time)
- Evaluation Factors: Proposals will be evaluated based on Technical, Price, and Performance factors.
- Submission Requirements: Offerors must complete pricing for each CLIN, provide CAGE code, complete all representations and certifications, provide manufacturer information for proposed items, return all pages of the completed original solicitation package (signed), ensure current SAM.gov registration, and include lead time for delivery (FOB destination).
- NIST SP 800-171: Awardees are required to implement NIST SP 800-171, with a current assessment (not more than 3 years old), unless items are Commercial Off The Shelf (COTS). COTS items must be identified to the contracting officer during the solicitation period.
- Invoicing: Invoices and receiving reports must be submitted electronically via Wide Area Work Flow (WAWF).
- Inspection: QA 4 - 7 days inspection at destination.
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. Additional clauses regarding supply chain traceability, mercury exclusion, and Buy American are included. All questions regarding the solicitation must be submitted via email to naomi.larson@dla.mil. Offerors are responsible for downloading the RFQ and monitoring the site for any amendments.