MASKING, FILM
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 MASKING, FILM under solicitation number SPMYM226Q5461. This is a Total Small Business Set-Aside opportunity for the procurement of specific plastic masking film. Proposals are due by January 28, 2026, at 2:00 PM (PST).
Scope of Work
This solicitation seeks 200 Rolls of "FILM, MASKING, PLASTIC" with precise specifications:
- Material: Polyvinyl Chloride
- Dimensions: 72" wide x .003" thick x 50 lb roll
- Color: Gray
- Key Features: Mercury Free, Fire Retardant per NFPA Code 701, marked with "FR" designator (1/2" or larger letters approximately every 9"), and a Durometer of 78 Shore A.
- Manufacturer's Part Number: 90372GRY by PRESCO.
- Additional Requirements: Supply chain traceability documentation, mercury exclusion, and unique item identification for items costing $5,000 or more.
Contract Details
- Contract Type: Firm Fixed Price.
- Estimated Value: Over $15,000.00.
- Period of Performance: Indicated as "Nov 2025" in Section A, with delivery expected within 2 weeks from the Date of Award.
- Place of Performance: FOB Destination Bremerton, WA 98314.
Set-Aside & Eligibility
This acquisition is a Total Small Business Set-Aside under FAR 19.5. The applicable NAICS code is 326199 with a size standard of 750 employees. Contractors (awardees) are required to implement NIST SP 800-171 unless the items are identified as Commercial Off The Shelf (COTS) and exemption is provided to the Contracting Officer during the solicitation period.
Submission & Evaluation
- Offers Due: January 28, 2026, at 02:00 PM (PST).
- Submission: Electronic submission of quotes is available through the SAM website. A signed and completed solicitation must be submitted via email to
Willam.M.Moriwaki@dla.mil. - Required Information: Bidders must provide contractor info (CAGE code, POC), quote details, manufacturer's name/address/country of manufacturing, lead time/delivery date, and check applicable boxes for FAR clauses 52.204-24 (d)(1) and (2) and 52.209-11 (b)(1) and (2). Page 1, box 28 must be read, and boxes 30 a, b, and c signed.
- Evaluation Factors: Proposals will be evaluated based on Technical acceptability, Price, and Past Performance. Technical acceptability requires meeting or exceeding specifications. Past performance will be assessed using SPRS data and other sources. The Government reserves the right to make a single award to the most advantageous offer.
- Invoicing: Invoices and receiving reports are to be submitted electronically via Wide Area Work Flow (WAWF).
Contact Information
For questions, contact Will Moriwaki at William.M.Moriwaki@dla.mil or 4457378198.