PORTABLE LATHE (SOLE SOURCE)
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 a Portable Lathe and Boring Machine (SERCO TU400-1000 or equivalent) for performance in Silverdale, WA. Despite the "Sole Source" designation in the title and description, this is a Total Small Business Set-Aside (FAR 19.5) opportunity. The acquisition aims to procure a precision machining tool with associated training and documentation. Quotes are due by May 13, 2026, at 08:00 AM PST.
Scope of Work
The core requirement is for one (1) Portable Lathe and Boring Machine, specifically the SERCO TU400-1000 model or an equivalent, with a pneumatic drive. Key technical specifications include:
- Machining diameter: 0 to 15.7 inches.
- Precision: 0.0004 inches for concentricity and parallelism.
- Achievable roughness: Ra 32 to 500 µin.
- Capability for various surface finishes (Stock, Spiral Serrated, Cold Water, Concentric Serrated, Smooth).
- Included components: 3 fixing arms, tool holder, insert holder, carbide insert, comparator, columns, dowel pins, packing transport box, cutting inserts, clamping system, chain clamping device, machining device for RTJ groove, and a kit for 45 conical machining.
- Deliverables: Two (2) hard copies of manufacturer's standard Operation, Maintenance, and Repair Manuals (COTS manuals) and two (2) hard copies of the manufacturer's standard Warranty Statement.
- Training: Three (3) days of on-site training by a qualified representative within five (5) working days of delivery.
- Unique Item Identification (IUID) tag per MIL-STD-130 is required.
Contract Details
- Type: Firm Fixed Price.
- Period of Performance: All equipment, goods, and services must be completed within 90 days post-contract award.
- Warranty: One year or manufacturer's standard warranty, whichever is greater, commencing from the date of acceptance. All warranty work must be provided by a factory-authorized distributor.
- Place of Performance: Trident Refit Facility (TRFB), Bangor, Silverdale, WA 98315.
Submission & Evaluation
- Offer Due Date: May 13, 2026, at 08:00 AM PST.
- Submission Method: Quotes must be submitted via email to TRICIA.WINTERSTEEN@DLA.MIL.
- Required Submittals: Completed and signed solicitation, manufacturer information, country of origin, and lead time for delivery (FOB destination). Descriptive literature, brochures, assembly/tooling sketches, statements of compliance, and performance statements are also required.
- Evaluation Factors: Proposals will be evaluated based on Technical acceptability, Price, and Past Performance. Award will be made to the technically acceptable quote/offer that is most advantageous to the Government.
- NIST SP 800-171: Contractors are required to have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019, unless items are Commercial Off-The-Shelf (COTS) and identified as such during the bid.
Additional Notes
- Eligibility: This acquisition is 100% set aside for Small Business (NAICS Code: 333517, Size Standard: 500 employees). Offerors must be registered in the System for Award Management (SAM).
- Site Requirements: Work performed at TRFB, Bangor, requires adherence to extensive safety, environmental, and operational requirements, including hazardous material/waste control, OSHA standards, and specific site access procedures (DBIDS credential). Prohibited materials include lead, chromium, mercury, asbestos, and Class I/II ODS.
- Payment: Payment will be made via Wide Area Work Flow (WAWF).
- Packaging: Specific clauses regarding packaging, marking, and delivery are included (e.g., ASTM-D-3951, MIL-STD-129). No shredded paper, office scrap, or wax paper is allowed for packing.