PIPE
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 has issued a Solicitation (PIPE) for the procurement of various pipe, tube, and rigid tubing components. This opportunity is a Total Small Business Set-Aside and seeks to acquire specific nickel-copper alloy pipes, tubes, flanges, reducers, and elbows. Proposals are due by February 23, 2026, at 10:00 AM PST.
Scope of Work
This solicitation covers a range of pipe fittings and related materials, including 1-inch, 1/2-inch, and 2-inch Nominal Pipe Size (NPS) pipes, flanges, reducers, elbows, and backing rings. Key material specifications include MIL-T-1368 CLASS A for nickel-copper alloy seamless and welded tubing/pipe, and ASME B16.5 and B16.9 for various flanges and wrought butt-welding fittings. Specific items detailed across multiple Contract Line Item Numbers (CLINs) include concentric reducers, 90-degree elbows, socket welding flanges, and weld neck flanges, all requiring QQ-N-281, CL A material.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 332996 (Size Standard: 550 employees)
- Place of Performance: Bremerton, WA, United States
- Published Date: February 19, 2026
- Proposal Due: February 23, 2026, 10:00 AM PST (extended by Amendment 0002)
Submission & Evaluation
Electronic submission of quotes is available through SAM.gov. A signed and completed solicitation must also be submitted via email to be considered responsive. Bidders must provide contractor information, CAGE code, POC, quote details, manufacturer information, lead time, and complete specific sections (e.g., Page 1 BLK 17a, Section A. A1-1, Section B, Section B. K21, Section F, Section K. 52.204-24 (d)(1) and (2), Page 1 box 28, sign boxes 30 a, b, and c).
Contractors are required to implement NIST SP 800-171, with a current assessment (not more than 3 years old), unless items are Commercial Off The Shelf (COTS) and identified as such. Evaluation will prioritize technical acceptability, price, and past performance, utilizing the Supplier Performance Risk System (SPRS) and internal sources, with the intent for a single award. Invoicing, receipt, and acceptance will be processed via Wide Area Work Flow (WAWF), requiring contractors to self-register at https://piee.eb.mil.
Key Requirements / Notes
Bidders must ensure proposed items meet or exceed detailed technical specifications for each CLIN. DBIDS credentials are required for base access.