Mooring Line

SOL #: N0040626QS190Combined Synopsis/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
Submission Deadline
Mar 11, 2026, 5:00 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, specifically NAVSUP FLT LOG CTR PUGET SOUND, has issued a Combined Synopsis/Solicitation (RFQ N0040626QS190) for Mooring Lines. This acquisition is a Total Small Business Set-Aside and seeks to award a firm, fixed-price contract for synthetic rope assemblies. Quotes are due by March 11, 2026, at 10:00 AM.

Scope of Work

This opportunity requires the provision of three types of synthetic rope assemblies for shipboard line-handling and general support operations for the COMPACFLT Barge Program in Guam. The required items include:

  • Item 1: Six (6) 1-5/8" x 100' AMSTEEL BLUE Synthetic Rope Assemblies with 6' covered eye splices on each end.
  • Item 2: Eight (8) 1-1/2" x 50' QUANTUM-12 Synthetic Rope Assemblies with thimble eye splices on each end.
  • Item 3: Eight (8) 1-1/2" x 100' QUANTUM-12 Synthetic Rope Assemblies with a thimble eye splice on one end and a soft eye splice on the other.

All ropes must be 12-strand single-braid synthetic fiber (HMPE or equivalent), UV- and abrasion-resistant, and meet manufacturer's published minimum breaking strength standards. Splicing must be performed by qualified riggers, adhering to industry standards like CI-1500. Manufacturer's certification of breaking strength is required. Packaging must protect from UV/moisture and include specific tags. DoD unique identification is required, and packaging/marking must follow ASTM-D-3951. Shipments must be via fully traceable commercial freight.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4010 Chain And Wire Rope
  • Delivery: On or before April 30, 2026, for all items.
  • Quote Due Date: March 11, 2026, 10:00 AM
  • Questions Due: Two days prior to the solicitation closing date.
  • Published Date: March 4, 2026

Evaluation

Proposals will be evaluated based on technical capability (including delivery date), price, and past performance. The government reserves the right to make a single award for all items. Price evaluation preference for HUBZone Small Business Concerns applies. Offerors must note any exceptions to the solicitation's terms.

Additional Notes

Offerors must provide the manufacturer's name, size, part number, and country of origin for each item. Contractors must be registered in SAM.gov. Cybersecurity Maturity Model Certification (CMMC) requirements may apply (refer to Section I of the solicitation). Invoices will be submitted via WAWF.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

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