SHAPE SPECIAL 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 proposals for SHAPE SPECIAL BRIDGE items. This is an UNRESTRICTED commercial acquisition using simplified procedures, resulting in a Firm Fixed-Price supply contract. The items are for delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Offers are due by February 09, 2026, at 12:00 PM.
Scope of Work
The requirement is for specific "SHAPE SPECIAL BRIDGE" components, including part numbers like D1000005829FN-14 and D1000005829FN-16. Only molded shapes with embedded nut plates are required; no other hardware is to be included. Key requirements include:
- Item Identification: Compliance with DFARS 252.211-7003 for DoD unique identification. Unique Item Identification (IUID) is required for items with a unit acquisition cost of $5,000 or more.
- Packaging & Marking: Must comply with ASTM-D-3951. Prohibited packing materials include asbestos, excelsior, loose fill polystyrene, and shredded paper. Mandatory pallet usage for items not shipped via small parcel service.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: UNRESTRICTED (The Small Business Set-Aside was dissolved by amendment).
- Delivery: FOB Destination to Puget Sound Naval Shipyard, Bremerton, WA. Requested delivery date is by March 13, 2026, for all line items.
- Payment: Via Wide Area Work Flow (WAWF). Vendors must register for WAWF and complete training.
- Inspection Level: QA 4 - 7 days inspection.
Submission & Evaluation
- Offer Due Date: February 09, 2026, 12:00 PM.
- Evaluation Factors: Proposals will be evaluated based on Technical, Price, and Performance.
- Submission Requirements: Offerors must provide pricing for each CLIN, CAGE code, complete all representations and certifications, provide manufacturer information, return the signed solicitation package, ensure current SAM.gov registration, and include lead time for delivery.
- Questions: All questions must be submitted via email to naomi.larson@dla.mil.
Additional Notes
- Drawings: Vendors must have an active account in the Joint Certification Program (JCP) to access Distribution D drawings, which will be provided via a password-protected PDF.
- NIST SP 800-171: Required unless items are Commercial Off The Shelf (COTS). If COTS, this must be identified to the contracting officer during the solicitation period.
- Base Access: Contractors require a Defense Biometric Identification System (DBIDS) credential for base access.