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 offers for the procurement of 40 each 4-inch gate valves under Solicitation Number SPMYM226Q5548. This is a Firm Fixed Price contract, designated as a Total Small Business Set-Aside. Offers are due by February 12, 2026, at 01:00 PM.
Scope of Work
This solicitation is for 4-inch gate valves, specifically flanged, resiliently sealed, bronze body with handwheel, pipe to pipe flanged, Class 150 B16.1 4-inch LPA pipe flange, and MSS SP-80 compliant. Approved models include Williams No. 142F or Powell No. 1414, or an equal product meeting specified criteria (NRS or OS&Y resilient wedge gate valve, MSS SP-80 compliant, with detailed dimensions for 4-inch Class 150/125# ANSI B16.1 flanged ends). The valves are intended for installation in temporary seawater systems at Puget Sound Naval Shipyard, Bremerton, WA, or North Island Naval Station, San Diego, CA, where water conditions may cause dezincification and dealuminization. Valves must be rated for zero leakage at 250-psi water working pressure and be free of visual defects.
Contract & Timeline
- Solicitation Number: SPMYM226Q5548
- Solicitation Issue Date: February 11, 2026
- Offer Due Date: February 12, 2026, 01:00 PM
- Period of Performance: Delivery required on or before February 13, 2026
- Contract Type: Firm Fixed Price
Submission & Evaluation
Offers must be submitted electronically. Invoices are to be submitted electronically via Wide Area Work Flow (WAWF). Evaluation factors include Technical, Price, and Performance, with their relative importance detailed in the solicitation.
Eligibility / Set-Aside
This acquisition is a Total Small Business Set-Aside. The applicable NAICS Code is 332911 (Industrial Valve Manufacturing) with a size standard of 750 employees.
Additional Notes
Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access. Payment will be processed via WAWF. Inspection (QA 4) will occur 7 days after delivery at destination. Delivery is FOB Destination to Puget Sound Naval Shipyard, Bremerton, WA. Shipments must comply with ASTM-D-3951 for marking and packaging, including specific markings (NSN/FSN, nomenclature, quantity, contract number, contractor info, destination). Prohibited packing materials include asbestos, excelsior, loose fill polystyrene, newspaper, or shredded paper, with mandatory pallet usage for non-small parcel shipments. Unique Item Identification (IUID) is required for items with a Government unit acquisition cost of $5,000 or more, or as otherwise identified, per DFARS 252.211-7003.