FLEX DUCT
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 FLEX DUCT under a Firm Fixed-Price contract. This Total Small Business Set-Aside aims to procure flexible ducting for the U.S. Navy. Proposals are due February 13, 2026, at 10:00 AM.
Scope of Work & Deliverables
This solicitation requires the provision of 200 Each of "FLEXIBLE DUCT" (8-1/2in ID X 25ft LG, BLACK, 2-PLY POLYESTER/NEOPRENE COATED W/SPRING STL WIRE HELIX), with a specified part number (P/N: FLEXHAUST CWGP or HI-TECH DURAVENT 2PN) or equivalent. Key requirements include:
- Ducting must be marked with "FIRE RESISTANT PROPERTY OF US NAVY" stenciled or ink printed, adhering to specific character size and distribution.
- Packaging and marking must comply with ASTM-D-3951 standards. Prohibited packing materials include asbestos, excelsior, loose fill polystyrene, and shredded paper. Items not shipped via small parcel must be on pallets.
- Delivery is FOB Destination Bremerton, WA 98314.
Contract Details
- Type: Firm Fixed-Price
- Set-Aside: Total Small Business (FAR 19.5)
- Payment: Wide Area WorkFlow (WAWF)
- Place of Performance: Bremerton, WA
Submission Requirements
- Offer Due Date: February 13, 2026, at 10:00 AM.
- Electronic submission of quotes is available through SAM.gov.
- Solicitation packet must be completed and returned, including:
- Box 17A filled, Box 28 read, and page 1 boxes 30 a, b, and c signed.
- Provide CAGE code.
- Annotate lead time.
- Annotate manufacturer name and country of manufacturing.
- Proposals for "brand name or equal" items must include specifications.
- A signed and completed solicitation must be submitted via email to jack.edwards@dla.mil or fax.
- Ensure applicable boxes in Clause 52.204-24 (2)(d) (1) and (2) are checked.
Evaluation Criteria
Award will be based on an evaluation considering Technical, Price, and Past Performance.
Important Notes & Compliance
- Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019.
- Items deemed Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171, but must be identified and information provided to the contracting officer during the solicitation period.
- Access to DLA Maritime - Puget Sound facility requires a Defense Biometric Identification System (DBIDS) credential.
- Contractors must use the Vendor Shipment Module (VSM) for shipping documentation and label printing.
- Unique Item Identification (UII) is required for items with a unit acquisition cost of $5,000 or more, or as otherwise specified.