ROYAL BLUE NOMEX
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 seeking URGENT proposals for Royal Blue Nomex fabric under a 100% Total Small Business Set-Aside. This is a Firm Fixed-Price supply contract for commercial items, with delivery required to Bremerton, WA. Offers are due by April 21, 2026, at 08:00 AM (local time).
Scope of Work
The requirement is for Royal Blue Nomex fabric, specifically 6 oz. Aramid, 60 inches wide, with 125 yards per roll. This material is designated as "HABITABILITY MATERIAL." Urgent overnight delivery is requested/authorized, and air shipment is authorized. Delivery is required on or before April 24, 2026.
Contract & Timeline
- Contract Type: Firm Fixed-Price supply contract, utilizing commercial and simplified acquisition procedures (FAR Parts 12 and 13.5).
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 313110 (Textile Mills), with a size standard of 1250 employees.
- Place of Performance: FOB Destination to Puget Sound Naval Shipyard IMF, Bremerton, WA.
- Estimated Value: Over $15,000.00.
- Offer Due Date: April 21, 2026, 08:00 AM (local time).
- Delivery Date: On or before April 24, 2026.
Submission Requirements
Offerors must submit a fully completed quote with a signed solicitation. Key requirements include:
- Completing blocks 12, 17, 23, 24, and 30 of the solicitation form.
- Providing CAGE CODE and FACILITY CAGE CODE.
- Stating company size (SMALL or LARGE Business).
- Indicating if the material is a Commercial Item and/or Commercial-Off-The-Shelf (COTS).
- Annotating LEAD TIME and/or delivery date.
- Completing pricing for each CLIN listed, quoting prices as FOB Destination Bremerton, WA.
- Providing the manufacturer's name, CAGE code, country of manufacturing, and part number for each CLIN.
- Submitting manufacturer's specification sheets (not copied/pasted).
- Providing a redacted quote and email from the manufacturer/distributor.
- Completing all representations and certifications found in the solicitation.
- Returning all pages of the completed original solicitation package.
- Ensuring current registration in SAM.gov.
Evaluation
Offers will be evaluated based on Technical, Price, and Performance factors. For non-COTS items, contractors must have a current NIST SP 800-171 assessment (not more than 3 years old). COTS items are exempt from NIST SP 800-171 requirements, but must be identified with supporting information.
Contact Information
All questions and submissions must be sent via email to Vera Anderson at vera.anderson@dla.mil.