MOORING SYSTEM
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 Department of the Navy, through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting quotes for a MOORING SYSTEM (Brand Name or Equal to Seaflex Inc. parts) for Naval Station Everett, WA. This is a Total Small Business Set-Aside combined synopsis/solicitation. Quotes are due by May 1, 2026, at 12:00 PM PST.
Scope of Work
This requirement is for the procurement of various Seaflex hawsers (with by-pass and titanium end crimps), splice start kits, polyester rope of different specifications (32mm/180kN, 36mm/226kN), and 20mm SS anchor eyelets. All items require DoD unique identification. The mooring system is intended for concrete floats at Naval Station Everett, which can accommodate up to 8 vessels. Environmental conditions include significant water level variations (Mean High Water Level ~11.2-11.4 ft, Mean Low Water Level ~2.80 ft), wave heights up to 6 ft, and wind speeds exceeding 70 mph during severe weather. Titanium end crimps are preferred for high strength and corrosion resistance, with Stainless Steel AISI 316 or hot-dipped galvanized material acceptable for corrosion-resistant components. Helical anchors are not being considered due to restricted access.
Contract Details
- Solicitation Number: N0040626Q0033
- Type: Combined Synopsis/Solicitation (RFQ)
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 326299 (Small Business Size Standard: 650 employees)
- Anticipated Award: April 2026
- Anticipated Delivery: 90 days after contract award
- Shipping: FOB Destination
- Place of Performance: Naval Station Everett, Everett, WA
Submission Requirements
Quotes shall be valid for a minimum of sixty (60) days and must include: Official Company Name, Point of Contact (name, phone, email), CAGE Code, Business Size, Payment Terms, Unit Price, Extended Price, Total Amount, and Lead Time(s). For "equal" parts, a specification sheet is required for technical acceptability review. Offerors MUST note all exceptions to the solicitation's terms, conditions, specifications, or statement of work. Quotes without exceptions will be assumed to take no exception. Quotes must be submitted in Microsoft Word, Excel, or Adobe PDF format.
Evaluation
The Government intends to award a firm fixed price contract without discussions to the responsible offeror whose quote represents the best value to the Government, considering price, delivery, technical acceptability, past performance, and other factors (in no particular order).
Key Clarifications & Amendments
- Amendment 0003 (posted 2026-04-30) extended the quote due date to May 1, 2026, at 12:00 PM PST. It also incorporated FAR clause 52.222-90 ("Addressing DEI Discrimination by Federal Contractors") and DFARS clause 252.225-7000 ("Buy American--Balance of Payments Program Certificate").
- Questions regarding clarification of solicitation requirements must be submitted via email to ashley.a.rollin.civ@us.navy.mil no later than 3 days before the closing date.
- The installation location is Naval Station Everett, 2000 West Marine View Dr., BLDG 2125, Everett, WA 98207. CAD drawings for the Bellingham Marine concrete floats are available.