Mooring Line

SOL #: N0040626QS190Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States

Place of Performance

Place of performance not available

NAICS

Rope (314994)

PSC

Chain And Wire Rope (4010)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 18, 2026
2
Last Updated
Mar 4, 2026
3
Response Deadline
Mar 5, 2026, 6:00 PM

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 / Fleet Logistics Center Puget Sound (FLCPS) intends to procure Mooring Lines for the COMPACFLT Barge Program in Guam. This will be a Firm Fixed-Price Supply Contract solicited as a Total Small Business Set-Aside. The solicitation is anticipated to be posted on March 5, 2026, with proposals due on or about March 12, 2026.

Scope of Work

FLCPS requires synthetic mooring lines, specifically three distinct types of synthetic rope assemblies:

  • Item 1: 1-5/8" x 100' HMPE, 12-strand single-braid, with two 6-ft protective-covered eye splices. Must be UV- and abrasion-resistant, with floating line preferred.
  • Item 2: 1-1/2" x 50' HMPE, 12-strand single-braid, with a thimble eye splice on each end. Must be UV- and abrasion-resistant.
  • Item 3: 1-1/2" x 100' HMPE, 12-strand single-braid, with a thimble eye splice on one end and a soft eye splice on the other. Must be UV- and abrasion-resistant.

All lines must meet manufacturer's published minimum breaking strength standards. General requirements include splicing by qualified riggers, adherence to cordage industry standards (e.g., CI-1500), manufacturer certification of breaking strength, and specific packaging (coiled, UV/moisture protected, tagged).

Contract & Timeline

  • Type: Commercial Firm Fixed-Price Supply Contract
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Solicitation Posting (Anticipated): On or about March 5, 2026
  • Proposals Due (Anticipated): On or about March 12, 2026
  • Anticipated Delivery Date: April 30, 2026
  • Published: February 18, 2026

Evaluation

All responsible sources may submit a bid, proposal, or quotation, which will be considered by FLCPS. Bidders must ensure their proposed products meet or exceed all listed technical specifications.

Additional Notes

Prospective awardees must be registered in the System for Award Management (SAM) database prior to submitting an offer, during performance, and through final payment. Lack of SAM registration will make a vendor ineligible for award. The solicitation and any amendments will be posted on sam.gov.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Feb 18, 2026
Mooring Line | GovScope