SHAPE BRIDGE
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 offers for the procurement of "SHAPE SPECIAL BRIDGE SYNTH RUBBER" items. This unrestricted opportunity requires specialized molded synthetic rubber shapes with embedded nut plates or bars. The latest deadline for offer submission is December 19, 2025, at 03:00 PM PST.
Scope of Work
This solicitation seeks specific "SHAPE SPECIAL BRIDGE SYNTH RUBBER" items, identified by various part numbers (e.g., D1000005829-FN-15, D1000005829-FN-9). The core requirement is for molded shapes with embedded nut plates or nut bars, with no additional hardware. Vendors proposing "EQUALS" must provide manufacturer specifications in PDF format for evaluation; failure to do so will result in non-responsive bids. Drawings for these requirements are accessible via the Joint Certification Program (JPC), and vendors must have an active JPC account to request them by contacting jack.edwards@dla.mil.
Contract & Timeline
- Agency: DEPT OF DEFENSE / DEFENSE LOGISTICS AGENCY / DLA MARITIME - PUGET SOUND
- Product/Service Code: 9320 (Rubber Fabricated Materials)
- NAICS: 326299 (All Other Rubber Product Manufacturing) with a $14 million size standard.
- Set-Aside: Unrestricted
- Place of Performance: Bremerton, WA 98314, United States
- Solicitation Issue Date: October 30, 2025
- Offer Due Date: December 19, 2025, 03:00 PM (PST, based on Bremerton, WA location)
Submission & Evaluation
Offers must be submitted electronically. Evaluation will be based on technical acceptability, price, and past performance, utilizing PPIRS-SR data. A single award will be made for all required items. Payment will be processed via Wide Area Work Flow (WAWF), and inspection and acceptance will occur at the destination.
Additional Notes
Offerors are required to obtain a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station. WAWF is mandatory for invoicing and receiving reports.
Contact Information
- Primary Contact: JACK EDWARDS
- Email: JACK.EDWARDS@DLA.MIL
- Phone: 3608139577