HOSES IDIQ
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 an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Hoses and Flexible Tubing. This opportunity, designated as a Total Small Business Set-Aside, seeks to procure various hose assemblies, including steam service and tool air hoses, with specific material and testing requirements. Offers are due by April 27, 2026, at 5:00 PM ET.
Scope of Work
This IDIQ covers the procurement of diverse hose assemblies. Key requirements include:
- Steam Service Hoses: 250PSI, 1" ID x 25' LG and 2" ID x 25' LG.
- Tool Air Hoses: 300 PSI WP, 1/2" ID x 50' LG.
- Material Specifications: BLACK EPDM SYNTHETIC RUBBER, WIRE REINFORCED, and STAINLESS STEEL LINER.
- Marking: Hoses must be marked with manufacturer, model number, working pressure rating, and batch number.
- Testing: Hydrostatic testing to 290 (+5, -0) PSIG for 15 minutes is required for steam service hoses.
- Fittings & Clamps: Specific end fittings (e.g., 1" or 2" MALE NPT STEEL FITTINGS DIXON) and clamps (e.g., CAMPBELL IC-SERIES CLAMPS) are mandated.
- Packaging: "Industry Standard" unit pack quantity and mandatory pallet usage for non-small parcel shipments, complying with ASTM-D-3951.
Contract & Timeline
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: May 1, 2026, to April 30, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 326220 (Size Standard: 800 employees)
- Offers Due: April 27, 2026, at 5:00 PM ET.
- Published Date: April 20, 2026.
Submission & Evaluation
To be considered responsive, offerors must submit a complete solicitation packet electronically via the SAM website or by email/fax to jack.edwards@dla.mil. Required submission items include:
- Completion of box 17A, and signing page 1 boxes 30 a, b, and c.
- Provision of CAGE code.
- Quoting FOB Destination Bremerton, WA.
- Annotation of lead time.
- Annotation of manufacturer name and country of manufacturing.
- NIST SP 800-171: Contractors must have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019, unless items are Commercial Off The Shelf (COTS) and identified as such. Ensure applicable boxes in Clause 52.204-24 (2)(d) (1) and (2) are checked.
- Evaluation Factors: Technical, Price, and Performance.
- Payment: Will be made via Wide Area Work Flow (WAWF).
- Inspection: 7 or 45 days at destination, depending on the line item.
Additional Notes
Contractors require a Defense Biometric Identification System (DBIDS) credential for base access. The solicitation includes specific clauses related to supply chain traceability, packaging, marking, inspection, and payment.