MOUNTING RING
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 MOUNTING RINGs under a Firm Fixed-Price supply contract. This is a 100% Total Small Business Set-Aside. The procurement requires specific cast metal rings (ASTM A494, COMP M30C) with detailed material and inspection specifications. Offers are due by April 21, 2026, at 10:00 AM.
Scope of Work
The requirement is for four (4) MOUNTING RINGs, specifically CAST METAL RINGs, ASTM A494, COMP M30C, with dimensions of 44.375" OD x 36.125" ID x 3.125" THICK. These rings are intended for the manufacture of ROPEGUARD MOUNTING RINGS. Key technical requirements include:
- Material certifications verifying chemical and mechanical properties.
- DYE PENETRANT (PT) INSPECTION on all surfaces per TECH MANUAL S9074-AS-GIB-010/271, with acceptance criteria per MIL-STD-2035A, CLASS 3.
- Compliance with ASTM A494/A494M (dated 01 MAR 2022) for nickel and nickel alloy castings, including specific heat-treat conditions and repair welding allowances.
- DFARS 252.211-7003 (Item Identification and Valuation) is applicable, requiring DoD unique identification.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS: 332999 (Size Standard: 750 employees).
- FOB: Destination delivery to PUGET SOUND NAVAL SHIPYARD IMF, Bremerton, WA.
- Delivery: Required on or before April 30, 2026.
- Payment: Via Wide Area WorkFlow (WAWF).
- NIST SP 800-171: Required for awardee unless items are Commercial Off The Shelf (COTS) and identified as such.
Submission & Evaluation
- Offer Due Date: April 21, 2026, 10:00 AM.
- Submission Method: All questions and submissions must be sent via email to vera.anderson@dla.mil.
- Evaluation Factors: Technical, Price, and Performance.
- Responsive Offer Requirements: Bidders must complete the entire solicitation, including specific boxes (17A, 28, 30 a, b, c), provide CAGE/FACILITY CAGE codes, company size, commercial item status, lead time, pricing for each CLIN (FOB Destination), manufacturer details (name, CAGE, country of origin, part number), manufacturer's specification sheets, redacted quote/email from manufacturer/distributor, and complete all representations and certifications. Current SAM.gov registration is mandatory.
- Traceability: If not the manufacturer, provide traceability documentation (e.g., authorized dealer letter, RFQ/quote from approved source).
Additional Notes
Bidders are responsible for downloading the RFQ and monitoring the site for amendments. Failure to submit a complete and signed solicitation package by the deadline may result in rejection.