NAVY HOSE FLANGE
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 Navy Hose Flanges under solicitation number SPMYM226Q5966. This requirement is a Total Small Business Set-Aside for the procurement of various hose flanges and adapters. Proposals are due April 8, 2026, at 12:00 PM Local Time.
Scope of Work
This solicitation seeks to procure a range of hose flanges and adapters, including 90-degree hose flanges, hose x NPS flanges, dog-leg elbows, and SAE 37-degree adapters. Specific items include those requiring Monel and Bronze materials. A Distribution D drawing is required, necessitating vendors to have an active account in the Joint Certification Program (JCP) to obtain the password-protected PDF drawing from safe.apps.mil.
Contract & Timeline
- Type: Solicitation (implied Firm Fixed Price)
- Estimated Value: Over $15,000.00
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 332996, Size Standard 550 employees
- Place of Performance: Bremerton, WA, United States
- Proposal Due: April 8, 2026, 12:00 PM Local Time
- Published: April 7, 2026
Submission Requirements
Responsive bids require a signed and completed solicitation submitted via email to donna.todd@dla.mil. Key information to provide includes Contractor's details (info, CAGE code, POC), quote, FOB Destination, Manufacturer's Name, Address, Country of Manufacturing, and Lead Time/Delivery Date. Offerors must also check applicable boxes in clauses 52.204-24 (d)(1) and (2). Contractors must comply with NIST SP 800-171 (DFARS 252.204-7019) unless items are Commercial Off The Shelf (COTS) and identified as such to the contracting officer.
Evaluation Criteria
Proposals will be evaluated based on Technical compliance, Price, and Past Performance. Past performance will be assessed using the Supplier Performance Risk System (SPRS) and other sources. The Government reserves the right to make a single award.
Additional Notes
Contractors will need a Defense Biometric Identification System (DBIDS) credential for base access, and deliveries must pass through the base Truck Inspection Station. Packaging must comply with ASTM-D-3951, and Unique Item Identification (IUID) is required for certain items. Inspection and acceptance will occur at the destination.