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 has issued a solicitation (SPMYM226Q5973) for PIPE ELBOWs. This is a 100% Total Small Business Set-Aside for a Firm Fixed-Price supply contract with FOB Destination delivery to Bremerton, WA. Offers are due by April 8, 2026, at 08:00 AM (local time).
Scope of Work
This opportunity seeks two types of 16" NPS pipe elbows: 90-degree (P/N: 9L7BW) and 45-degree (P/N: 47BW), both made of 70/30 Copper-Nickel (CUNI), Class 200. Key requirements include:
- Compliance with detailed material specifications per MIL-T-16420K (70/30 composition, annealed, Type II, Class 200, Grade 1).
- DoD unique identification as per DFARS 252.211-7003.
- Retention of supply chain traceability documentation for five years.
- Notification to the contracting officer of any manufacturing phase-out or discontinuation.
- Compliance with MIL-STD-129 marking and DLA Procurement Note C20 for packaging.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Delivery: FOB Destination to Puget Sound Naval Shipyard IMF, Bremerton, WA.
- Payment: Via Wide Area Work Flow (WAWF).
- Delivery Deadline: On or before June 2, 2026.
Set-Aside & Eligibility
This acquisition is a 100% Total Small Business Set-Aside under FAR 19.5. The applicable NAICS code is 332996 (Fabricated Pipe and Pipe Fitting Manufacturing) with a size standard of 550 employees.
Submission & Evaluation
Offers will be evaluated based on Technical, Price, and Performance factors. To be considered responsive, submissions must:
- Complete and sign the entire solicitation package, including specific boxes (17A, 28, 30 a, b, c).
- Provide CAGE Code, Facility CAGE Code, company size (Small/Large), and indicate if the material is a Commercial Item or Commercial-Off-The-Shelf (COTS).
- Annotate lead time/delivery date and complete pricing for each CLIN.
- Provide manufacturer's name, CAGE code, country of origin, part number, and specification sheets (not copied/pasted).
- Include a redacted quote and email from the manufacturer/distributor.
- Complete all representations and certifications.
- Ensure current registration in SAM.gov.
- If not the manufacturer, provide traceability to the manufacturer and part number.
- Contractors (awardees) may be required to implement NIST SP 800-171 (DFARS 252.204-7019), unless the items are COTS, in which case this must be identified to the contracting officer.
Key Dates & Contact
- Offer Due Date: April 8, 2026, at 08:00 AM (local time).
- Questions/Submissions: All inquiries 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.