PLATE
SOL #: SPMYM226Q7167Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States
Place of Performance
Bremerton, WA
NAICS
Nonferrous Metal (except Copper and Aluminum) Rolling (331491)
PSC
Plate, Sheet, Strip, And Foil: Nonferrous Base Metal (9535)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
May 5, 2026
2
Submission Deadline
May 7, 2026, 5:00 PM
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 DLA MARITIME - PUGET SOUND is soliciting proposals for Nickel Alloy Plates (Inconel 625) under a Firm Fixed-Price Supply Contract. This acquisition is a 100% Small Business Set-Aside. The plates are required for delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Offers are due May 7, 2026, at 10:00 AM PST.
Scope of Work
This solicitation procures Nickel Alloy Plates, Inconel 625, ASTM B443, Grade 1, Annealed Hot Rolled. Specific dimensions include:
- 0.500" THK 36" X 48" (Quantity: 1EA)
- 1.50" THK 36" X 48" (Quantity: 1EA) Vendors offering "equal to" material must provide manufacturer specifications for technical evaluation. Required deliverables include a Contract Data Requirements List (CDRL) and Certification Data Reports for chemical and mechanical properties, to be submitted via Wide Area Workflow (WAWF). Manufacturer's certification and test results are mandatory. Samples for Product (Check) Analysis are also required. Marking for traceability is necessary, and packaging must comply with ASTM-D-3951, prohibiting materials like asbestos or loose fill polystyrene, and requiring heat-treated, certified non-manufactured wood packing.
Contract & Timeline
- Type: Firm Fixed-Price Supply Contract (Commercial Items, Simplified Acquisition Procedures per FAR Parts 12 and 13.5)
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS: 331491 (Size Standard: 900 employees)
- PSC: 9535 (Plate, Sheet, Strip, And Foil: Nonferrous Base Metal)
- Offer Due: May 7, 2026, at 10:00 AM PST
- Published: May 5, 2026
- Delivery: FOB Destination to Puget Sound Naval Shipyard, Bremerton, WA.
- Payment: Via Wide Area Work Flow (WAWF).
Submission & Evaluation
All responsible sources must:
- Complete pricing for each CLIN.
- Provide CAGE code.
- Complete all representations and certifications.
- Provide manufacturer information for proposed items.
- Return all pages of the signed original solicitation package.
- Ensure current registration in SAM.gov.
- Include lead time for delivery (FOB destination). Evaluation will be based on Technical, Price, and Performance factors.
Additional Notes
- Contractors must have a current NIST SP 800-171 assessment (DFARS 252.204-7019) unless items are Commercial Off The Shelf (COTS). COTS items are exempt, but bidders must identify and provide information to the contracting officer during the solicitation period.
- Contractors require Defense Biometric Identification System (DBIDS) credentials for base access, and all deliveries must pass through the base Truck Inspection Station.
- Unique Item Identification (UII) is required for items with a unit acquisition cost of $5,000 or more.
- All questions must be submitted via email to naomi.larson@dla.mil.
People
Points of Contact
NAOMI LARSONPRIMARY
Files
Versions
Version 1Viewing
Solicitation
Posted: May 5, 2026