PRESSURE SENSITIVE TAPE
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 quotes for Pressure Sensitive Tape under a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. This opportunity, identified as a sole-source procurement for 3M Part Number 361 tape, requires 336 rolls for delivery to Bremerton, WA. Quotes are due by February 4, 2026, at 6:00 PM EST.
Scope of Work
This solicitation is for PRESSURE SENSITIVE TAPE, specifically 2" wide x 60 yd long, white, with a temperature range of -65 to 450 degrees F. It is described as glass overall & cotton, cold, heat & solvent resistant. Each roll must be marked with manufacturer (MFR: 3M) and part number (P/N: 361). The National Stock Number (NSN) is 7510-01-026-4117. A minimum of 85% shelf-life remaining upon receipt is required. The procurement is justified as sole source due to specific material requirements for use with HOTWORK in PSNS.
Contract & Timeline
- Contract Type: Implied Firm Fixed Price.
- Quantity: 336 rolls.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14). The NAICS code is 339940 with a 750-employee size standard.
- Response Due: February 4, 2026, 6:00 PM EST.
- Published: February 3, 2026.
- Place of Performance: Bremerton, WA.
Submission & Evaluation
To be considered responsive, the solicitation packet must be completed in its entirety and returned by the closing date. This includes filling out box 17A, signing page 1 boxes 30 a, b, and c, providing CAGE code, quoting FOB Destination Bremerton, WA, annotating lead time, and identifying the manufacturer and country of manufacturing. A signed and completed solicitation must be submitted via email to jack.edwards@dla.mil or FAX to 360-476-4121. Offerors must also check applicable boxes in clause 52.204-24 (2)(d) (1) and (2). Electronic submission of quotes is available through the SAM website. Lead time could be a deciding factor. Evaluation factors will include Technical, Price, and Performance, with their relative importance determined by the Contracting Officer.
Additional Notes
Contractors (awardees) may be required to implement NIST SP 800-171, necessitating a current assessment (not more than 3 years old), unless items are Commercial Off The Shelf (COTS) and identified as such during the bid. Offerors must comply with Defense Biometric Identification System (DBIDS) requirements for base access. Specific packaging and marking requirements, including ASTM-D-3951 and mandatory pallet usage, are detailed. Item Unique Identification (IUID) requirements may also apply.