SILVER ANODES
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 SILVER ANODES under a Firm Fixed-Price contract. This is a Total Small Business Set-Aside opportunity for the procurement of high-purity silver anodes for delivery to Bremerton, WA. Proposals are due March 17, 2026, at 11:00 AM local time.
Scope of Work
This solicitation requires the procurement of 4 Each SILVER ANODES, specified as +99% PURITY, AS CAST ANNEALED, 6" WIDE X 15" LONG X 0.250" THICK with a 1/4" hanging hole. The required Part Number is SA-156-250, manufactured by VES. Deliverables must adhere to DRY SHIPMENT and DRY STORAGE requirements. Compliance with various FAR and DFARS clauses related to packaging, marking, inspection, acceptance, and payment is mandatory.
Contract & Timeline
- Type: Firm Fixed Price Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 331410 (Precious Metals Primary Forms), Size Standard: 1000 employees
- Estimated Delivery: March 24, 2026
- Proposal Due: March 17, 2026, at 11:00 AM local time
- Published: March 16, 2026
- Place of Performance: Bremerton, WA 98314
Submission & Evaluation
Proposals will be evaluated based on Technical, Price, and Performance factors. To be deemed responsive, submissions must be complete, signed, and include the CAGE code, FOB Destination Bremerton, WA quote, lead time, manufacturer name, and country of manufacturing. Electronic submission is available via SAM.gov, or via email to jack.edwards@dla.mil. Offerors must complete representations and certifications.
Additional Notes
Contractors are required to implement NIST SP 800-171 unless items are Commercial Off The Shelf (COTS) and identified as such. All payments will be made via Wide Area Work Flow (WAWF). Specific instructions for packaging, marking, and shipment are detailed in Sections D and F of the solicitation.