FLEXIBLE 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 quotes for Flexible Duct (NSN: LLS054353). This is a Total Small Business Set-Aside for the procurement of 50 units of 18" ID x 25' LG flexible duct. Quotes are due by January 16, 2026, at 10:00 AM PST.
Scope of Work
The requirement is for 50 units of "DUCT, FLEXIBLE 18" ID X 25' LG, BLACK, W/GREEN BONDED WEAR STRIP 2-PL Y POL VESTER/NEOPRENE COATED W/SPRING STL WIRE HELIX FLEXAUST CWC-W OR HI-TECH DURAVENT 2PN". Key specifications include:
- Dimensions: 18" ID x 25' Length
- Construction: 2 Ply, Polyester/Neoprene with green bonded wearstrip, steel wire helix.
- Temperature Range: -40 Deg F to 250 Deg F
- Color: Black
- Certifications: Must meet UL-94-V-0 listing and labeling.
- Marking: Palletized, paint stenciled or ink printed with "FIRE RESISTANT PROPERTY OF US NAVY" in specific dimensions and locations.
- FOB Destination: Bremerton, WA.
Contract & Timeline
- Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 332999 (Size Standard: 750 employees)
- Offers Due: January 16, 2026, at 10:00 AM PST
- Published: January 26, 2026
Submission & Evaluation
Quotes must be submitted electronically via email to armando.saya@dla.mil. A signed and completed solicitation must be submitted to be deemed responsive.
- Required Information: Contractor's info and CAGE code, POC, quote details, FOB Destination (Bremerton, WA), lead time/delivery date, manufacturer's name/address/country of manufacturing, and checked boxes for FAR clauses 52.204-24 (d)(1) and (2) and 52.209-11 (b)(1) and (2).
- NIST SP 800-171: Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old). Items deemed Commercial Off The Shelf (COTS) are exempt, but must be identified to the contracting officer during the solicitation period.
- Evaluation Criteria: Technical acceptability (meeting specifications, delivery, terms), past performance (using SPRS and other sources), and price.
Additional Notes
Contractors must register and use the Wide Area WorkFlow (WAWF) system for invoicing and payment. Base access requires a Defense Biometric Identification System (DBIDS) credential. Specific instructions for packaging, marking, and shipping are provided in Sections D and F of the solicitation.