HOSE ASSY

SOL #: SPMYM226Q5873Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Rubber and Plastics Hoses and Belting Manufacturing (326220)

PSC

Hose And Flexible Tubing (4720)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 24, 2026
2
Submission Deadline
Mar 25, 2026, 7:00 PM

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

DLA MARITIME PUGET SOUND is soliciting proposals for a HOSE ASSEMBLY under a Total Small Business Set-Aside. This is a firm fixed-price supply contract for 40 units of a specific steam service hose assembly, with delivery to Puget Sound Naval Shipyard, Bremerton, WA. The solicitation uses commercial and simplified acquisition procedures (FAR Parts 12 and 13.5). Proposals are due March 25, 2026, at 12:00 PM Local Time.

Scope of Work

The requirement is for 40 units of a HOSE ASSEMBLY, RUBBER, METAL LINED WIRE REINFORCED, 250 PSIG, SATURATED STEAM SERVICE. Key specifications include:

  • Hose: 2" ID BLACK EPDM SYNTHETIC RUBBER, WIRE REINFORCED HOSE, PIN-PRICKED COVER, 25 FEET length, STAINLESS STEEL LINER.
  • Testing: Hydrostatic Test at 290 (+5, -0) PSIG for 15 minutes.
  • Fittings: 2 EA. - 2" MALE NPT STEEL FITTINGS DIXON VALVE & COUPLING MS26 (BOSS MALE STEM).
  • Clamps: DIXON BOSS STYLE CLAMPS BU29 (4 BOLT).
  • Deliverables: In addition to the hose assemblies, bidders must provide a "CERTIFICATE OF COMPLIANCE" for the Hose Assembly (Data Item A001) and a "CERTIFICATE OF COMPLIANCE" for the Hydrostatic Test (Data Item B001). Both certificates must be submitted via the Wide Area Workflow (WAWF) e-Business Suite.

Contract & Timeline

  • Type: Firm Fixed-Price Supply Contract
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 326220 (Small Business Size Standard: 800 employees)
  • PSC: 4720 (Hose And Flexible Tubing)
  • Offer Due Date: March 25, 2026, 12:00 PM Local Time
  • Published Date: March 24, 2026
  • Place of Performance: Puget Sound Naval Shipyard, Bremerton, WA
  • Estimated Value: Over $15,000.00

Submission & Evaluation

Offers must include pricing for each CLIN, CAGE code, completed representations and certifications, manufacturer information, signed solicitation package, and lead time for FOB Destination delivery. Current registration in SAM.gov is mandatory. Evaluation will consider Technical, Price, and Performance. NIST SP 800-171 compliance (DFARS 252.204-7019) is required unless items are Commercial Off The Shelf (COTS), which must be identified.

Additional Notes

Contractors must use Wide Area Work Flow (WAWF) for payment and the DLA Vendor Shipment Module for shipping documentation. Base access to Navy Base Kitsap installations requires Defense Biometric Identification System (DBIDS) credentials. Packaging must comply with ASTM-D-3951 and MIL-STD-129. Unique Item Identification (IUID) may be required for CLIN 0001 if the unit acquisition cost is $5,000 or more. All questions must be submitted via email to naomi.larson@dla.mil.

People

Points of Contact

NAOMI LARSONPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 24, 2026
HOSE ASSY | GovScope