REGULATOR, AIRLINE

SOL #: SPMYM226Q5891SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

Safety And Rescue Equipment (4240)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 26, 2026
2
Last Updated
Mar 26, 2026
3
Submission Deadline
Mar 27, 2026, 8:00 PM

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 the procurement of REGULATOR, AIRLINE, specifically part number 200449-02, SPRE, ASSY, REG HSE, HUD, LG, SWAT, P/N: 7012635194. This item is an approved sole source from 3M. The resultant award will be a Firm Fixed-Price supply contract for delivery to Puget Sound Naval Shipyard IMF, Bremerton, WA. This opportunity is UNRESTRICTED. Offers are due March 27, 2026, at 1:00 PM PST.

Scope of Work

The primary requirement is for 10 units of the specified REGULATOR, AIRLINE. Delivery is required by April 7, 2026, to the Puget Sound Naval Shipyard IMF in Bremerton, WA. The procurement will follow commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5.

Contract & Timeline

  • Type: Firm Fixed-Price Supply Contract
  • Set-Aside: UNRESTRICTED
  • Offer Due: March 27, 2026, at 1:00 PM PST
  • Delivery Required: April 7, 2026
  • Published: March 26, 2026

Submission Requirements

To be considered responsive, offers must:

  • Complete the solicitation in its entirety, including Box 17A, and sign Page 1 (Boxes 30 a, b, and c).
  • Provide CAGE CODE and FACILITY CAGE CODE.
  • State company size (SMALL or LARGE Business).
  • Indicate if the material is a Commercial Item and/or Commercial-Off-The-Shelf (COTS).
  • Annotate LEAD TIME and/or delivery date.
  • Complete pricing for each CLIN listed, quoting prices as FOB Destination Bremerton, WA.
  • Provide manufacturer's name, CAGE code, part number, and country of manufacturing.
  • Include manufacturer's specification sheets (copied/pasted ones are not accepted).
  • Provide a redacted quote and email from the manufacturer/distributor.
  • Complete all representations and certifications found in the solicitation.
  • Return all pages of the completed original solicitation package.
  • Ensure current registration in SAM.gov.

Evaluation

Award will be based on Technical, Price, and Performance factors. Offers received after the specified time will be considered late. Failure to respond to the electronically posted RFQ and associated amendments may render the offer non-responsive.

Additional Notes

  • If the contractor is required to implement NIST SP 800-171, a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019 is required. COTS items are exempt from NIST SP 800-171, but must be identified to the contracting officer.
  • Traceability to the manufacturer and part number is required, with examples including letters from authorized dealers or verifiable documentation for items not in stock.
  • Electronic invoicing via Wide Area Work Flow (WAWF) and Unique Item Identification (IUID) for delivered items are required. Base access requires adherence to Defense Biometric Identification System (DBIDS).

People

Points of Contact

Vera AndersonPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Mar 26, 2026
View
Version 1Viewing
Solicitation
Posted: Mar 26, 2026