LANCE
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 has issued a solicitation (SPMYM226Q0012) for the procurement of LANCE commercial items. This is an UNRESTRICTED Firm Fixed-Price supply contract for delivery to the Puget Sound Naval Shipyard IMF in Bremerton, WA. The acquisition will utilize commercial and simplified acquisition procedures under FAR Parts 12 and 13.5. Offers are due by April 10, 2026, at 05:00 PM Local Time.
Scope of Work
DLA Maritime Puget Sound intends to procure specific Flex Lance products. The solicitation includes two line items:
- Item 0001: LANCE, FLEX, 8MM X 50' 20K, 9/16" MP TUBE RH, FM, COVER (P/N: 53816-01581811) – 8 each.
- Item 0002: LANCE, FLEX, 8MM X 15' 20K, 9/16" MP TUBE RH, FM, COVER (P/N: 53816-01581811) – 1 each. Both items require an 8mm inner diameter, 9/16" MP x 9/16MP connections, an abrasive cover guard, and a 20K PSI pressure rating.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 332216.
- FOB Destination: Bremerton, WA.
- Delivery: Required/requested by April 17, 2026.
Submission Requirements
To be considered responsive, offers must include:
- A fully completed and signed solicitation package.
- Company CAGE CODE and FACILITY CAGE CODE.
- Company size (SMALL or LARGE Business).
- Indication of whether the material is a Commercial Item and/or Commercial-Off-The-Shelf (COTS).
- Annotated lead time and/or delivery date.
- Completed pricing for each CLIN, quoted as FOB Destination Bremerton, WA.
- Manufacturer's name, CAGE code, country of manufacturing, and part number for each CLIN.
- Manufacturer's specification sheets (copied/pasted not accepted).
- Redacted quote and email from the manufacturer/distributor.
- Completed representations and certifications.
- Current registration in SAM.gov.
- NIST SP 800-171: Required for awardees unless items are COTS and identified as such during the solicitation period.
- Traceability: Non-manufacturers must provide traceability to the manufacturer and part number (e.g., authorized dealer letter, RFQ/quotation from approved source).
Evaluation
Award will be based on evaluation factors including TECHNICAL, PRICE, and PERFORMANCE.
Key Dates & Contact
- Offers Due: April 10, 2026, 05:00 PM Local Time.
- Questions: All questions must be submitted via email to Vera Anderson at vera.anderson@dla.mil.