PREMIUM COAT
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 - Pearl Harbor is soliciting proposals for the procurement of PREMIUM COAT & BIB MFG P/N SK40PRG-PP SALISBURY 40 CAL KIT PREMIUM COAT & BIB OVERALLS PRISMSHIELD HOOD SIZE SMALL. This is a Total Small Business Set-Aside opportunity. Quotations are due by May 8, 2026, at 10:00 AM Hawaii Standard Time.
Scope of Work
This solicitation is for 12 units of the specified "PREMIUM COAT & BIB" item. Key requirements include:
- Certification that the item is free of mercury or mercury compounds.
- Provision of supply chain traceability documentation, including item description, part number, manufacturer, CAGE code, and intermediaries.
- Notification to the contracting officer if manufacturing phase-out, discontinuation of production, or superseded part numbers occur.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Delivery: On or before May 29, 2026.
- FOB: Destination.
- Inspection & Acceptance: Destination, with a 7-day acceptance timeframe.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 423990, Size Standard: 100.
- Quotation Due: May 8, 2026, 10:00 AM Hawaii Standard Time.
- Published Date: May 6, 2026.
Evaluation Factors
Quotations will be evaluated based on:
- Technical Acceptability
- Delivery
- Price
Submission Instructions
Offerors must submit Solicitation No. SPMYM4-26-Q-3359, along with their company quotation and technical data sheet (if applicable), via email to wongduean.a.guajardo.civ@us.navy.mil. If not using SF 1449, a statement confirming full agreement with all solicitation terms is required. Quotations must represent a firm-fixed price, and unconditional acceptance of the award at the quoted price is mandatory. Post-award price increases or revisions will not be accepted. Quoted prices must include all costs (materials, labor, packaging, delivery). Offerors must identify OEM, brand name, manufacturer part number, and country of origin, with proof of OEM authorization potentially required.
Additional Notes
The government intends to procure this specific Salisbury brand item, supported by a sole source justification for arc flash kits, citing special electrical safety requirements and C106 approval for Salisbury products. All questions must be submitted electronically to the Contracting Specialist.