PIPE ELBOW
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 PIPE ELBOWs under a 100% Total Small Business Set-Aside. This is a Firm Fixed-Price supply contract for commercial items, with delivery required to the Puget Sound Naval Shipyard IMF in Bremerton, WA. The primary item is a Copper-Nickel Alloy Pipe Elbow (MIL-T-16420, TYII, CL200). Proposals are due March 28, 2026, at 01:00 PM (local time).
Scope of Work
This solicitation seeks a PIPE, METALLIC 16NPS, COPPER NICKEL PIPE, 16" OD X 1/4" WALL X 12', with a composition of 70/30 CUNI, Type I (Seamless) or Type II (Welded), Class 200. The material specification is MIL-T-16420, TYII, CL200, with a manufacturer's part number P7. The required quantity is 8 feet. Delivery is FOB Destination to Bremerton, WA, by June 2, 2026. The contract is a rated order under the Defense Priorities and Allocations System (DPAS).
Contract Details
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332996 (Size Standard: 550 employees)
- Product Service Code: 4710 (Pipe, Tube And Rigid Tubing)
- Place of Performance: Puget Sound Naval Shipyard IMF, Bremerton, WA
- Delivery Date: On or before June 2, 2026
Submission Requirements & Evaluation
Offerors must submit fully completed quotes, including the signed solicitation (boxes 17A, 30 a, b, c). Key submission elements include:
- Company CAGE CODE, Facility CAGE CODE, and company size.
- Indication of whether the material is a Commercial Item and/or Commercial-Off-The-Shelf (COTS).
- Lead time/delivery date and complete pricing for each CLIN, quoted as FOB Destination.
- Manufacturer's name, CAGE code, country of manufacturing, part number, and specification sheets (not copied/pasted).
- Redacted quote and email from the manufacturer/distributor.
- Completed representations and certifications.
- Current registration in SAM.gov.
- NIST SP 800-171 compliance is required unless the item is COTS, in which case this must be identified to the contracting officer.
- Traceability to the manufacturer and part number is required, with acceptable documentation including authorized dealer letters or verifiable quotations from approved sources.
- Offerors must obtain a Defense Biometric Identification System (DBIDS) credential for base access, and deliveries are subject to inspection.
Key Dates
- Solicitation Published: March 27, 2026
- Proposals Due: March 28, 2026, at 01:00 PM (local time)
- Delivery Required By: June 2, 2026
Contact Information
All questions and submissions must be sent via email to Vera Anderson at vera.anderson@dla.mil. Offerors are responsible for downloading the RFQ and monitoring for amendments.