Ready Service Lockers
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 NAVSUP Fleet Logistics Center Puget Sound (Department of the Navy) is soliciting proposals for the procurement of Ready Service Lockers under a Firm Fixed-Price Supply Type Contract. This requirement is designated as a Total Small Business Set-Aside. Proposals are due by April 09, 2026, at 02:00 PM Local Time, with an anticipated award date of April 23, 2026.
Scope of Work
This solicitation covers the procurement of various Ready Service Lockers, including:
- Marine Smoke Signal Lockers (Bulkhead Mounted)
- Pyrotechnic Signal Lockers (Bulkhead Mounted)
- 0.50 Caliber Ammunition Lockers (with thermometer assembly)
- 25mm Ammunition Lockers (designed for (6) CUN-405/E Containers)
- Marine Location Marker MK25 (Mod 4) Lockers
All lockers must be constructed from CRES 316L material and feature a powder coat finish (Haze Grey for the locker body, White for the sunshield). Common features include a high security hasp, bimetallic thermometer housing, locker foundation, and label plate. Item identification must comply with DFARS 252.211-7003, and packaging and marking must adhere to ASTM-D-3951. Inspection and acceptance will occur at SRF AND JRMC YOKOSUKA, JAPAN.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 337215, with a size standard of 500 employees.
- Period of Performance: Delivery is required on or before March 30, 2026, for all Contract Line Item Numbers (CLINs).
- Anticipated Award Date: April 23, 2026.
- Invoicing: Must be submitted via Wide Area WorkFlow (WAWF).
- FOB: Origin procurement; the Government will arrange and pay for transportation.
Submission & Evaluation
- Offer Due Date: April 09, 2026, at 02:00 PM Local Time.
- Questions Deadline: One day prior to the solicitation closing date, submitted via email to Adia Roberts.
- Evaluation Factors: The most advantageous offer will be selected based on technical factors (including delivery date), price, and past performance. These factors are of no order of relative importance.
- Submission Requirements: Offerors must note all exceptions to the solicitation's terms, conditions, specifications, or Statement of Work/Performance Work Statement. Failure to note exceptions implies no exception is taken. Offerors must also provide their company size.
- Award: The government reserves the right to make a single award for all items.
- Eligibility: Offerors must be registered in SAM.gov.
Contact Information
- Primary Contact: Adia Roberts (adia.m.roberts.civ@us.navy.mil).