SECUIRTY GUARD BOOTHS

SOL #: SPMYM226Q5466Solicitation

Overview

Buyer

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

Place of Performance

Bremerton, WA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

Prefabricated And Portable Buildings (5410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 26, 2026
2
Submission Deadline
Jan 30, 2026, 10:20 AM

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 design, manufacture, and furnishing of one (1) fully assembled, portable, UL 752 Level 8 bullet-resistant security guard booth for Bremerton, WA. This acquisition is a Total Small Business Set-Aside. Proposals are due by January 30, 2026, at 02:00 PM local time.

Scope of Work

This opportunity requires a pre-engineered, fully assembled, wired, and painted steel construction guard booth. Key requirements include:

  • Bullet Resistance: Must meet UL 752 Level 8 standards for all wall areas (from finished ceiling to floor), designed to resist five shots from a 150-grain 7.62 mm rifle lead core full metal copper jacket military ball.
  • Dimensions: Minimum inside plan dimensions of 6'-0" wide x 8'-0" long x 85" ceiling height.
  • Materials & Components: Exterior of UL 752 Level 8 armor plate steel (Regal White), interior of 16 ga. galvanized steel (Regal White). Includes a 3'x7' commercial grade, bullet-resistant steel outswing door, UL 752 Level 8 rated windows, a 20" deep shelf with storage drawer, and four 12"x10" slide-type gunports (one per wall).
  • Electrical System: Features a 125 amp rated load center, 30 amp shore plug, duplex outlets, interior LED lighting with emergency backup, exterior flood lights, and a through-wall mounted air conditioner (12,000 BTU cooling, 10,600 BTU heating). All electrical components must be UL Solutions approved.
  • Durability: The unit must be operable in a marine heavy-duty industrial environment, capable of continuous operation with minimal maintenance, and be weather-tight.
  • Compliance: Must adhere to 2012 IBC (to current), 2021 IBC, 2022 AISC, 2025 AWS, and 2023 NEC, with specific wind (115 MPH) and seismic (Zone D) criteria.
  • Manufacturer Qualifications: Bidders must have a minimum of five years of experience in fabricating pre-engineered, fully assembled guard booths with a record of successful in-service performance.

Contract & Timeline

  • Opportunity Type: Solicitation (SPMYM226Q5466)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 332311 (Prefabricated And Portable Buildings), Size Standard: 750 employees
  • Place of Performance: Bremerton, WA 98314, United States
  • Proposal Due Date: January 30, 2026, 02:00 PM local time
  • Estimated Delivery: March 27, 2026, FOB Destination
  • Payment: Wide Area Work Flow (WAWF)

Submission Requirements

Offerors must submit electronic proposals, completing the solicitation packet in its entirety. This includes filling out box 17A, signing page 1 boxes 30 a, b, and c, providing CAGE code, lead time, manufacturer name, and country of manufacturing. Quotes must be FOB Destination Bremerton, WA. Bidders must also check applicable boxes in FAR clause 52.204-24 (2)(d) (1) and (2).

NIST SP 800-171: Required if applicable; Commercial Off The Shelf (COTS) items are exempt but must be identified to the contracting officer.

CDRLs: Two Contract Data Requirements Lists (CDRLs A001 and B001) for "CERTIFICATION/DATA REPORT" are required prior to contract award. Bidders should review the specific CDRLs for detailed submission timing and requirements.

Evaluation

Award will be based on technical capability, past performance, and price, with technical and past performance being more important than price.

Contact Information

For inquiries, contact JACK EDWARDS via email at JACK.EDWARDS@DLA.MIL or phone at 360-813-9577. Electronic submissions can also be sent to this email or faxed to 360-476-4121.

People

Points of Contact

JACK EDWARDSPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Jan 26, 2026
SECUIRTY GUARD BOOTHS | GovScope