HPA GARNET
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 HPA Garnet Abrasive Grains and Powders (NSN: 5350HMCN05828) under a Total Small Business Set-Aside. This opportunity, titled "HPA GARNET," seeks to procure 80 HPA Garnet Abrasive in 55 lb bags, with 40 bags per pallet, for delivery to Bremerton, WA. Proposals are due March 20, 2026, at 12:00 PM.
Scope of Work
This solicitation is for the procurement of HPA Garnet Abrasive Grains and Powders. Key requirements include:
- Provision of 80 HPA Garnet Abrasive in 55 lb bags, 40 bags per pallet.
- Supply of Hazardous Material and Material Safety Data Sheets (SDS) at no additional cost. The SDS for "HPA GARNET ABRASIVE GRAINS AND POWDERS" (SDS Product Code: P142341, Manufacturer: BARTON MINES COMPANY LLC) is available for reference.
- Hardware/supplies must be free of mercury or mercury compounds.
- Contractors must retain supply chain traceability documentation for five years post-final payment.
- Delivery is expected within 2 weeks from the lead time event.
Contract & Timeline
- Opportunity Type: Solicitation (IFB/RFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 327910 (Size Standard: 900 employees)
- Estimated Value: Over $15,000.00
- Period of Performance: Anticipated through November 2025.
- Place of Performance: Bremerton, WA 98314, United States.
- Proposal Due: March 20, 2026, at 12:00 PM.
- Published Date: March 19, 2026.
Evaluation & Submission
Proposals will be evaluated based on technical acceptability, past performance, and price. Technical and past performance, when combined, are considered more important than price. The Supplier Performance Risk System (SPRS) will be used for past performance evaluation.
Submission Requirements:
- Electronic submission of quotes via SAM.gov.
- A signed and completed solicitation must be submitted via email to alena.carson@dla.mil to be deemed responsive.
- Specific sections to be filled out include: Page 1 BLK 17a (Contractor info/cage code), Section A. A1 – 1 (Contractor's POC), Section B (Quote and info), Section B. K21 (Manufacturer details), Section F (Lead Time/Delivery Date), Section K. 52.204-24 (d)(1) and (2), Section K. 52.209-11 (b)(1) and (2).
- Page 1, box 28 must be read, and boxes 30 a, b, and c must be signed.
- If an amendment was issued, a completed copy of the amendment (filling out 15. A, 15. B, and 15. C) must be returned. Resubmission of the full quote is not necessary if already submitted.
Additional Notes
- Contractors are required to implement NIST SP 800-171 unless items are Commercial Off The Shelf (COTS) and identified as such.
- Contractors must obtain a Defense Biometric Identification System (DBIDS) credential for base access.
- All deliveries must pass through the base Truck Inspection Station.
- Payment will be made via Wide Area Work Flow (WAWF).