PORTABLE LATHE (SOLE SOURCE)

SOL #: SPMYM226Q7216Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Silverdale, WA

NAICS

Machine Tool Manufacturing (333517)

PSC

Boring Machines. (3411)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 11, 2026
2
Submission Deadline
May 13, 2026, 3:00 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 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.

People

Points of Contact

TRICIA WINTERSTEENPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 11, 2026
PORTABLE LATHE (SOLE SOURCE) | GovScope