Hose Assembly
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 has issued a solicitation for Hose Assemblies (NSN LLS054205, DOC 6008-7924). This acquisition is 100% set aside for Small Business. The primary item is a HOSE ASSEMBLY with specific technical requirements, including a critical bleeder ball check or ball check plug in the hose stem. Quotes are due by April 2, 2026, at 09:00 AM.
Scope of Work
This solicitation is for the procurement of Hose Assemblies, specifically EPDM SYNTHETIC RUBBER, 300PSI WP, TOOL AIR 1/2 INCH ID X 50 FEET LG, RED CONTINENTAL FRONTIER HOSE. The assembly must include a FOSTER 3L60G MALE PLUG with a bleeder ball check and a FOSTER 3R5805 FEMALE SOCKET. Items must be fully coupled, assembled, and tested. A critical technical requirement is that the hose stem must have a bleeder ball check or ball check plug; substitutes lacking this feature will not be acceptable. Items deemed Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirements, but must be identified to the contracting officer.
Contract & Timeline
- Type: Solicitation (Firm Fixed Price anticipated)
- Set-Aside: 100% Small Business
- NAICS Code: 326220 (Rubber Product Manufacturing), Size Standard: 800 employees
- Offer Due Date: April 2, 2026, 09:00 AM (Pacific Time, based on Bremerton, WA location)
- Published Date: April 1, 2026
- Delivery Due: June 12, 2026
- FOB Destination: Bremerton, WA
- Payment: Wide Area Work Flow (WAWF)
Submission & Evaluation
Electronic submission of quotes is available through the SAM website. To be considered responsive, a signed and completed solicitation must be submitted via email to lindsey.hathaway@dla.mil. Required information includes contractor details (info, CAGE code, POC), quote details, manufacturer's name, address, country of manufacturing, lead time/delivery date, and checked boxes for FAR clauses 52.204-24 (d)(1) and (2) and 52.209-11 (b)(1) and (2). Offerors must read box 28 and sign boxes 30 a, b, and c on page 1. Vendors offering "equal-to" material must include manufacturer specifications for technical evaluation; quotes missing these will be deemed incomplete. Supply chain traceability documentation is required. Proposals will be evaluated based on Technical Acceptability, Price, and Past Performance (using SPRS and internal sources). Award will be made to the technically acceptable offer most advantageous to the Government.
Additional Notes
NIST SP 800-171 DoD Assessment requirements apply unless the item is COTS. Required liability insurance includes Comprehensive General Liability ($500,000 per occurrence), Automobile Liability ($200,000/$500,000), and Workmen's Compensation/Employer's Liability ($100,000). Packaging and marking must comply with ASTM-D-3951. Deliveries must pass through the base Truck Inspection Station, and Defense Biometric Identification System (DBIDS) credentials are required for base access.