LOAD CELL RETRO KIT
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 DLA Maritime Puget Sound is soliciting proposals for a LOAD CELL RETRO KIT and associated components. This is a 100% Small Business Set-Aside for a firm fixed-price supply contract. The procurement is for items sole-sourced to Measurement Systems International (A Rice Lake Weighing Systems CO.). Offers are due April 2, 2026, at 10:00 AM PST.
Scope of Work
The opportunity requires the procurement of a LOAD CELL RETRO KIT and related components, manufactured to material specifications. Key deliverables include:
- LOAD CELL RETRO KIT ASSEMBLIES (Model: 6360, P/N: 228612)
- REMOTE DISPLAYS (Model: MS1-8004HD GEN2, P/N: 228974)
- INSTALLATION TOTES (Model: 8004D 8000HD, P/N: 228992)
- BATTERY WELL ASSY (Model: 4260B/6360, P/N: 141257) All items are designated as sole-source to Measurement Systems International (A Rice Lake Weighing Systems CO.). Delivery is FOB Destination to Puget Sound Naval Shipyard in Bremerton, WA.
Contract & Timeline
- Contract Type: Firm Fixed-Price Supply Contract
- Estimated Value: Over $15,000.00
- Period of Performance: Estimated November 2025 to November 2025
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333923 (Industrial Machinery Manufacturing)
- Product Service Code (PSC): 2020 (Rigging And Rigging Gear)
- Solicitation Issue Date: March 31, 2026
- Offer Due Date: April 2, 2026, 10:00 AM PST
Submission Requirements
Offerors must submit quotes via email to naomi.larson@dla.mil and ensure the following:
- Complete pricing for each CLIN.
- Provide CAGE code.
- Complete all representations and certifications in the solicitation.
- Provide manufacturer information for proposed items.
- Return all signed pages of the original solicitation package.
- Ensure current registration in the System for Award Management (SAM.gov).
- Include lead time for delivery (FOB destination).
Evaluation
Proposals will be evaluated based on Technical, Price, and Performance factors.
Additional Notes
- This acquisition uses commercial and simplified acquisition procedures (FAR Parts 12 and 13.5).
- Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (DFARS 252.204-7019).
- Commercial Off The Shelf (COTS) items are exempt from NIST SP 800-171 requirements; offerors must identify and provide information to the contracting officer during the bid period.
- Base access requires a Defense Biometric Identification System (DBIDS) credential.
- Invoices and receiving reports must be submitted electronically via Wide Area Work Flow (WAWF).
- Contact: Naomi Larson at naomi.larson@dla.mil or 385-591-9078 for questions.