O2 SENSOR
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 offers for O2 Sensors and Umbilicals under a Firm Fixed-Price supply contract. This acquisition is a 100% Small Business Set-Aside and will utilize commercial and simplified acquisition procedures. The items are for delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Offers are due by May 7, 2026, at 10:00 AM.
Scope of Work
This solicitation procures specific O2 Sensors and Umbilicals, with certain items sole-sourced to AMRON INTERNATIONAL:
- Item 0001: 6 Each ANALOX Replacement Oxygen (O2) Sensor & Extraction Tool for ADM ASPIDA P/N: 9100-1060RK.
- Item 0002: 3 Each DSLS5-XX0X22MH41-450; 450FT 5-PART UMBILICAL AIR /PNEUMO/COMMS/HOT WATER/LIG ITEM NUMBER: XX-DIVE.
Key Requirements:
- Packaging and Marking: Must comply with ASTM-D-3951, avoid prohibited materials, and include specific markings (NSN/FSN, nomenclature, quantity, contract number, contractor info, delivery address).
- Inspection and Acceptance: Will occur at destination (Puget Sound Naval Shipyard IMF) within 4-7 days.
- Unique Item Identification: Required for items with a government unit acquisition cost of $5,000 or more, or as specified in the schedule (includes O2 Sensors and Umbilicals).
- NIST SP 800-171: Contractors may be required to implement NIST SP 800-171, with a current assessment (not more than 3 years old). Commercial Off The Shelf (COTS) items are exempt, but must be identified to the contracting officer during the solicitation period.
Contract Details
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 339999 (All Other Miscellaneous Manufacturing)
- PSC/FSC: 4220 (Marine Lifesaving And Diving Equipment)
- Place of Performance: Puget Sound Naval Shipyard, Bremerton, WA
- Delivery: FOB Destination
- Estimated Value: Over $15,000.00
Submission & Evaluation
- Offer Due Date: May 7, 2026, 10:00 AM
- Submission Method: Offers must be submitted electronically. Invoices via Wide Area Work Flow (WAWF).
- Required Submission Items:
- Completed pricing for each CLIN.
- CAGE code.
- Completed representations and certifications from the solicitation.
- Manufacturer information for proposed items.
- Signed, completed original solicitation package.
- Current registration in SAM.gov.
- Lead time for delivery (FOB destination).
- Evaluation Factors: Technical, Price, and Performance.
Contact Information
All questions regarding the solicitation must be submitted via email to NAOMI LARSON at naomi.larson@dla.mil.