RECEPTACLE, SHORE
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 proposals for a RECEPTACLE, SHORE POWER under a Total Small Business Set-Aside. This opportunity seeks a specific shore power receptacle for delivery to Bremerton, WA. Proposals are due February 12, 2026, by 7 AM PST.
Scope of Work
The requirement is for a RECEPTACLE, SHORE POWER, specifically described as 480/450V, 400/500A, 3 PH, WTRTT, W/20 FT LSTSGU-400 POTTED, 90 DEG. Bidders should reference part numbers M24368/2 or M24368/SYM1161. Salient characteristics are detailed in Attachment 01 of the solicitation.
Contract Details
- Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 332999 (750 employee size standard)
- Place of Performance: Bremerton, WA
- NIST SP 800-171: Required for awardees unless items are Commercial Off The Shelf (COTS), in which case the contracting officer must be informed during the solicitation period.
- Period of Performance: Indicated as November 2025.
Submission & Evaluation
- Proposals Due: February 12, 2026, by 7 AM PST.
- Submission Method: Electronic submission via SAM.gov. A signed and completed solicitation must be submitted via email to be deemed responsive.
- Required Information: Include contractor details (info, CAGE code, POC), quote, FOB Destination BREMERTON, WA, manufacturer's name, address, and country of manufacturing, lead time/delivery date, and check applicable boxes for 52.204-24 (d)(1) and (2). Sign boxes 30 a, b, and c on Page 1.
- Key Submission Requirement: Bidders must provide manufacturer specifications in PDF format; bids without these will be considered non-responsive.
- Evaluation Factors: Technical, Price, and Past Performance. Technical evaluation will consider the Supplier Performance Risk System (SPRS) and internal sources. Price will be evaluated in addition to other factors. Past performance will be evaluated using SPRS and references.
- Award: A single award will be made to the offeror whose proposal is considered most advantageous. Proposed pricing must be on a unit price line item basis.
Additional Notes
Contractors will need a Defense Biometric Identification System (DBIDS) credential for base access. Invoices must be submitted electronically via Wide Area Work Flow (WAWF). The solicitation includes specific clauses regarding liability insurance, supply chain traceability, manufacturing phase-out, packaging, marking, inspection, and acceptance. Contact: KAREN CRESWELL (KAREN.CRESWELL@DLA.MIL, 3855910040).