GATE VALVE
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 the procurement of 40 each 4-inch Gate Valves under a Firm Fixed-Price contract. This acquisition is a Total Small Business Set-Aside and aims to fulfill operational requirements for naval installations, specifically Puget Sound Naval Shipyard, Bremerton, WA, or North Island Naval Station, San Diego, CA. Offers are due by February 12, 2026, at 01:00 PM PST.
Scope of Work
This solicitation, SPMYM226Q5548, requires the supply of 4-inch gate valves, flanged, resiliently sealed, with a bronze body and handwheel, compliant with Class 150 B16.1 4-inch LPA pipe flange and MSS SP-80. Approved models include Williams No. 142F or Powell No. 1414, or an approved equal. The valves must be rated for zero leakage at 250-psi water working pressure and suitable for seawater systems where dezincification and dealuminization may occur. Specific "or-equal" criteria, including dimensions for 4-inch Class 150/125# ANSI B16.1 flanged ends, are detailed. The quantity required is 40 each.
Contract & Timeline
- Solicitation Number: SPMYM226Q5548
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332911 (Industrial Valve Manufacturing)
- Size Standard: 750 employees
- Offer Due Date: February 12, 2026, 01:00 PM PST
- Delivery Due Date: On or before February 13, 2026
- Place of Performance (Delivery): FOB Destination Bremerton, WA (Puget Sound Naval Shipyard)
- Published Date: February 11, 2026
Submission & Evaluation
Proposals must be submitted electronically via SAM.gov. To be considered responsive, the solicitation must be completed in its entirety, including signing boxes 17A, 28, 30a, b, and c on page 1, providing a CAGE code, quoting FOB Destination Bremerton, WA, annotating lead time, and specifying the manufacturer's name and country of manufacturing. Offerors must also check applicable boxes in clause 52.204-24 (2)(d)(1) and (2). Evaluation factors include Technical, Price, and Performance, with their relative importance detailed in the full solicitation. Contractors awarded a contract may be required to implement NIST SP 800-171, unless items are Commercial Off The Shelf (COTS) and identified as such.
Additional Notes
Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access. Payments will be made electronically via Wide Area Work Flow (WAWF). Shipments must comply with ASTM-D-3951 for marking and packaging, with specific requirements for prohibited packing materials and mandatory pallet usage. Unique Item Identification (IUID) is required for items with a Government unit acquisition cost of $5,000 or more. Contact: Jack Edwards, JACK.EDWARDS@DLA.MIL.