Insulation Sleeving
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 Insulation Sleeving (Product Service Code 5640) to be delivered to Bremerton, WA. This acquisition is 100% set aside for Small Business. The primary item is SLEEVING INSULATION, 10"IPS X 4"THK X 36"LG, rigid, molded, split round calcium silicate, conforming to MIL-SPEC or MIL-DTL standards. Offers are due by February 3, 2026, at 12:00 AM PST.
Scope of Work
This solicitation seeks to procure SLEEVING INSULATION with specific dimensions and material requirements (10"IPS X 4"THK X 36"LG, rigid, molded, split round calcium silicate). Key requirements include specific density, conformance to MIL-SPEC or MIL-DTL standards, and supply chain traceability documentation. The furnished hardware or supplies must not contain mercury or mercury compounds.
Contract & Timeline
- Contract Type: Implied Firm Fixed Price.
- Set-Aside: 100% Small Business.
- Response Due: February 3, 2026, at 12:00 AM PST (as per document summary and metadata).
- Published Date: February 2, 2026.
- Delivery: FOB Destination Bremerton, WA, estimated by March 31, 2026.
- Payment: Via Wide Area Work Flow (WAWF).
Submission & Evaluation
Offers must be submitted electronically via SAM.gov. A signed and completed solicitation must be submitted via email to Sharla.Erdmann@dla.mil to be deemed responsive. Evaluation will be based on technical acceptability and price, with past performance also considered. Award will be made to the technically acceptable offer most advantageous to the Government.
Additional Notes
Contractors (awardees) are required to implement NIST SP 800-171 and have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019, unless items are deemed Commercial Off The Shelf (COTS), which are exempt. COTS identification and information must be provided to the contracting officer during the solicitation period. Contractors require a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station. Correspondence must be in English.