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 Total Small Business Set-Aside. This is a Firm Fixed Price contract for the supply of flexible ducting to Bremerton, WA. Proposals are due February 13, 2026, at 6:00 PM ET.
Scope of Work
This opportunity 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). The specified part numbers are FLEXHAUST CWGP or HI-TECH DURAVENT 2PN, or an approved equivalent. Key requirements include:
- Ducting must be marked with "FIRE RESISTANT PROPERTY OF US NAVY" via stenciling or ink printing, adhering to specified 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.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 4720 (Hose And Flexible Tubing)
- Place of Performance: Bremerton, WA
- Delivery: FOB Destination Bremerton, WA
- Payment: Made via Wide Area WorkFlow (WAWF)
- Proposal Due Date: February 13, 2026, 6:00 PM ET
- Published Date: February 12, 2026, 6:03 PM ET
Submission & Evaluation
To be considered responsive, quotes must be submitted electronically via the SAM website or emailed to jack.edwards@dla.mil. Submissions must include:
- Completed solicitation packet, with Box 17A filled and Page 1, Boxes 30 a, b, and c signed.
- CAGE code.
- Confirmation of FOB Destination Bremerton, WA.
- Annotated lead time.
- Name of manufacturer and country of manufacturing.
- For non-COTS items, compliance with NIST SP 800-171 (DFARS 252.204-7019) is required, with a current assessment (not more than 3 years old). COTS items are exempt but must be identified.
- Ensure applicable boxes in Clause 52.204-24 (2)(d) (1) and (2) are checked. Evaluation will consider Technical, Price, and Past Performance.
Additional Notes
- Access to DLA Maritime - Puget Sound 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.