PRESSURE SENSITIVE TAPE (PUR)
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 DLA MARITIME - PUGET SOUND is soliciting for Pressure Sensitive Tape (PUR) under a 100% Total Small Business Set-Aside. This is a Firm Fixed-Price supply contract for delivery to the Puget Sound Naval Shipyard IMF in Bremerton, WA. Offers are due by April 10, 2026, 02:00 PM Local Time.
Purpose & Scope
The Defense Logistics Agency (DLA) Maritime Puget Sound intends to procure 288 rolls of Pressure Sensitive Tape (PUR). The tape must be white, 2" wide x 60 yd long, suitable for temperatures from -65 to 450 degrees Fahrenheit, and resistant to cold, heat, and solvents, made of GLASS OVERALL & COTTON. Each roll must be marked with Manufacturer (3M) and Part Number (361). A minimum of 85% shelf life is requested at the time of delivery.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 322230 (Paper and Plastic Bag and Coated and Laminated Packaging Manufacturing) with a 750-employee size standard.
- Acquisition Procedures: Commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5.
- Place of Performance/Delivery: FOB Destination to PUGET SOUND NAVAL SHIPYARD IMF, Bremerton, WA.
- Delivery Required By: On or before June 12, 2026.
- Payment: Via Wide Area Work Flow (WAWF).
- Inspection: QA 4-7 days inspection.
- Base Access: Contractors require a Defense Biometric Identification System (DBIDS) credential.
Submission Requirements
Offerors must submit a fully completed and signed solicitation, including:
- CAGE CODE and FACILITY CAGE CODE.
- Company size (SMALL or LARGE Business).
- Confirmation of Commercial Item and Commercial-Off-The-Shelf (COTS) status.
- Annotated LEAD TIME and/or delivery date.
- Completed pricing for each CLIN, quoted as FOB Destination Bremerton, WA.
- Manufacturer name, CAGE code, country of manufacturing, and part number for each CLIN.
- Manufacturer's specification sheets (copied/pasted not accepted).
- Redacted quote and email from the manufacturer/distributor.
- All representations and certifications.
- Return all pages of the original solicitation package.
- Current registration in SAM.gov.
- If not the manufacturer, provide traceability (e.g., authorized dealer letter, RFQ/quotation from approved source).
- NIST SP 800-171: Required for awardee unless items are COTS (must be identified during solicitation).
Evaluation & Key Dates
Award will be made to the responsible Offeror whose proposal is most advantageous, considering Technical, Price, and Performance factors.
- Solicitation Published: April 10, 2026
- Offers Due: April 10, 2026, 02:00 PM Local Time (Pacific Time).
- Delivery Required By: June 12, 2026.
Contact Information
All questions and submissions must be sent via email to Vera Anderson at vera.anderson@dla.mil. Offerors are responsible for downloading the RFQ and monitoring for amendments.