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 components. This is a Firm Fixed-Price supply contract issued under Total Small Business Set-Aside (FAR 19.5), utilizing commercial and simplified acquisition procedures. The required items are for delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Offers are due by January 23, 2026, 8:00 PM UTC.
Scope of Work
DLA Maritime Puget Sound intends to procure "SHAPE SPECIAL BRIDGE" components, specifically molded shapes with embedded nut plates, in accordance with material specifications. Specific part numbers (e.g., D1000005829FN-14, D1000005829FN-16) and CAGE codes (43689) are detailed. 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.
Contract Details
- Contract Type: Firm Fixed-Price Supply Contract (Commercial Items, Simplified Acquisition Procedures)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 336299
- PSC: 9320 (Rubber Fabricated Materials)
- Delivery: FOB Destination to Puget Sound Naval Shipyard, Bremerton, WA (1400 Farragut Ave, Bldg 514 D1, N4523A, Bremerton WA 98314-5001). Delivery is requested by March 13, 2026.
- Payment: Via Wide Area Work Flow (WAWF).
- Security: NIST SP 800-171 (DFARS 252.204-7019) is required unless items are Commercial Off The Shelf (COTS), which must be identified to the contracting officer.
- Packaging: Must comply with ASTM-D-3951, prohibiting materials like asbestos and loose fill polystyrene. Mandatory pallet usage for non-small parcel shipments. Unique Item Identification (IUID) is required for items with a unit acquisition cost of $5,000 or more.
Submission Requirements
All responsible sources interested in submitting offers must:
- Complete pricing for each CLIN.
- Provide CAGE code.
- Complete all representations and certifications found in the solicitation.
- Provide manufacturer information for proposed items.
- Return all pages of the completed original solicitation package, signed.
- Ensure current registration in the System for Award Management (SAM.gov).
- Include lead time for delivery (FOB destination).
- Offers must download the RFQ and monitor the site for amendments.
Evaluation
Evaluation will be based on technical, price, and performance factors, as indicated in Section M of the solicitation.
Key Dates
- Published Date: January 16, 2026
- Offers Due: January 23, 2026, 8:00 PM UTC
Contact Information
All questions regarding the solicitation shall be submitted via email to Naomi Larson at naomi.larson@dla.mil.