INSULATION FIRE
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 Department of the Navy (NAVSUP FLT LOG CTR PUGET SOUND) is soliciting proposals for Brand Name Fire and Acoustic Insulation Materials manufactured by Claremont Sales Corp. This requirement is a Total Small Business Set-Aside for authorized distributors. The materials are critical for U.S. Naval ships in Yokosuka, ensuring compatibility and functional requirements with existing systems. Offers are due by April 5, 2026, at 10:00 AM Z.
Scope of Work
This solicitation is for the procurement of various types of fire, acoustic, and lightweight marine insulation blankets, specifically brand-name products from Claremont Sales Corp. Key items include:
- MYLAR FACED, MIL-DTL-32585 (old: MIL-I-22023 TYPE III) insulation, 2" thick.
- UNPERFORATED FACE, H30 (UL1709) insulation, 1-1/4" thick.
- SOLIMIDE TA-301 POLYIMIDE FOAM insulation, 2" thick, with reinforced polyester film facing.
- SOLIMIDE TA-301 POLYIMIDE FOAM insulation, 1" thick, with reinforced polyester film facing. The required materials, including STRUCTO-GARD and LOW K-200, are direct replacements for existing equipment and represent the minimum government requirements.
Contract Details
- Contract Type: Firm, Fixed-Price.
- Pricing Arrangement: Firm Fixed Price for all items.
- Required Delivery Date (RDD): April 13, 2026.
Submission & Evaluation
- Offer Due Date: April 5, 2026, 10:00 AM Z.
- Questions Deadline: 4 days prior to the solicitation closing date, submitted via email to the Contracting Official.
- Submission: Quotes/proposals must be submitted in response to this solicitation.
- Evaluation Factors: Offers will be evaluated based on price and other factors, including SPRS, Delivery, Price, and Technical acceptability, with the most advantageous offer to the Government being selected.
Eligibility & Set-Aside
- This acquisition is a Total Small Business Set-Aside.
- Offerors must be registered in the System for Award Management (SAM) to receive an award.
- Interested AUTHORIZED DISTRIBUTORS must identify their interest and capability and provide a letter or documentation from the OEM (CLAREMONT SALES CORP) with their quotes. The OEM, Claremont Sales Corp (CAGE: 52307), controls the design, specifications, and production of these proprietary brands.
Additional Notes
The government reserves the right to make a single award for all items due to the interrelationship of supplies. All exceptions to the solicitation's terms, conditions, specifications, or Statement of Work (SOW) must be explicitly noted in the proposal. Invoices will be submitted via Wide Area WorkFlow (WAWF). Primary Contact: STORMY CAUDILL (STORMY.A.CAUDILL.CIV@US.NAVY.MIL).