PRESS BRAKE (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 has issued a Solicitation for a GX Press Brake (60 Ton). This is a Total Small Business Set-Aside opportunity, with a sole source justification for CINCINNATI INCORPORATED due to unique requirements for SSBN parts manufacturing. Offers are due May 12, 2026, at 10:00 AM PST.
Scope of Work
This solicitation is for the procurement of a GX Press Brake, 60 Ton, 36.5in Between (40in Overall) Portable Press Brake. The equipment is a direct replacement part/component for existing brand name equipment and is critical for SSBN submarine workload while the main press brake is being replaced. The required specifications include:
- 60 Ton capacity, 36.5in Between (40in Overall), 10in Stroke, 17in/7in Open/Closed Height, 8in Throat, 12 HP (x2) Motors.
- Key components: Upper Clamp Wilson APM-11, Hold-to-Run Footswitch, 6XGX Backgage, CI BEND on Press Brake Control, Lower Manual Clamp Wilson ADM-11, Lazersafe Iris+ w/ Angle Measure, Combinational Gage Fingers, Front Work Supports.
Key Requirements & Deliverables
Bidders must provide:
- Commercial Off-The-Shelf (COTS) Manuals: Two hard copies of manufacturer's standard Product Manual/Operation, Maintenance, and Repair Manuals, including schematics, diagrams, and wiring, reflecting "as built" configuration, in English and imperial units.
- Technical Data Package with NRTL Certification: Equipment must comply with CFR Title 29, Part 1910 and be NRTL inspected and certified by an OSHA-authorized third party. Two hard copies of the certification report are required.
- Warranty Performance Report: Two hard copies of the warranty certificate, covering defects in design, materials, and workmanship for one year from acceptance. Contract terms take precedence over manufacturer's warranty, and all work must be by a factory-authorized distributor.
- Training: Onsite Operator Training (4 Days) and Onsite Maintenance Training (3 Days).
- Freight charges to Silverdale, WA 98315 are included.
Contract Details
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 333998 (700 employee size standard)
- Pricing Arrangement: Firm Fixed Price (for multiple CLINs)
- Place of Performance: Silverdale, WA 98315, United States
- Estimated Value: Between $15,000 and $350,000 (based on sole source justification).
- Delivery Date: Requested by May 22, 2026.
Submission & Evaluation
- Offers Due: May 12, 2026, at 10:00 AM.
- Submission Method: Quotes must be submitted via email to TRICIA.WINTERSTEEN@DLA.MIL.
- Required Documents: Completed and signed solicitation, manufacturer, country of origin, lead time for delivery (FOB destination).
- Evaluation: Award will be based on "Best Value for the Government," considering Technical, Price, and Past Performance. Award will be made to the technically acceptable offer most advantageous to the Government.
- Invoicing: Electronically via Wide Area Work Flow (WAWF).
Important Notes
- NIST SP 800-171: Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old). Items deemed Commercial Off The Shelf (COTS) are exempt, but must be identified to the contracting officer.
- Base Access: Defense Biometric Identification System (DBIDS) is required for base access.
- Contact: TRICIA WINTERSTEEN, TRICIA.WINTERSTEEN@DLA.MIL, 360-509-0205.