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 (part number 200449-02, SPRE, ASSY, REG HSE, HUD, LG, SWAT, P/N: 7012635194), identified as an approved sole source from 3M. This is an UNRESTRICTED acquisition for a Firm Fixed-Price supply contract. Offers are due March 27, 2026, at 1:00 PM PST.

Scope of Work

This solicitation requires the delivery of 10 units of the specified airline regulator, manufactured in accordance with material specifications. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to Puget Sound Naval Shipyard IMF in Bremerton, WA. Delivery is required by April 24, 2026.

Contract & Timeline

  • Type: Firm Fixed-Price Supply Contract
  • Set-Aside: UNRESTRICTED
  • Delivery Required By: April 24, 2026
  • Offer Due Date: March 27, 2026, 1:00 PM PST
  • Published Date: March 26, 2026

Submission & Evaluation

Offers will be evaluated based on Technical, Price, and Performance factors. To be considered responsive, quotes must be fully completed and signed, including:

  • CAGE CODE and Facility CAGE CODE
  • Company size (SMALL or LARGE Business)
  • Commercial Item and Commercial-of-the-Shelf status
  • Lead time/delivery date
  • Completed pricing for each CLIN (FOB Destination Bremerton, WA)
  • Manufacturer name, CAGE code, part number, and country of origin
  • Manufacturer's specification sheets (not copied/pasted)
  • Redacted quote and email from the manufacturer/distributor
  • All representations and certifications
  • Current SAM.gov registration

Important Notes

Items deemed Commercial Off The Shelf (COTS) are exempt from the NIST SP 800-171 requirement, provided this is identified and information is supplied to the contracting officer during the solicitation period. Offerors must provide traceability to the manufacturer and part number, such as a letter from an approved source stating authorized dealer status, or verifiable documentation of quotation if items are not in stock. Electronic invoicing via Wide Area Work Flow (WAWF) and unique item identification (IUID) are required for delivered items. Base access requires adherence to the Defense Biometric Identification System (DBIDS). All questions must be submitted via email to vera.anderson@dla.mil.

People

Points of Contact

Vera AndersonPRIMARY

Files

Files

Download

Versions

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