SPINDLE ASSY.
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 intends to procure SPINDLE ASSY. and CONTACT WHEEL components. This is a 100% Total Small Business Set-Aside solicitation, utilizing commercial and simplified acquisition procedures. The resultant award will be a firm fixed-price supply contract with FOB Destination delivery to Bremerton, WA. Offers are due by April 10, 2026, at 02:00 PM Local Time.
Scope of Work
This solicitation is for the procurement of:
- SPINDLE ASSY. for WC-17 SHAFTING:
- Part Number: M-11172-C-1-ASY-XX
- Manufacturer: G&P Machinery (Grinding & Polishing Machinery)
- Quantity: 1 Each
- CONTACT WHEEL for WC-17 SHAFTING:
- Part Number: M-11166-C-21
- Manufacturer: G&P Machinery (Grinding & Polishing Machinery)
- Quantity: 6 Each
Delivery is required on or before April 20, 2026, to Puget Sound Naval Shipyard IMF, Bremerton, WA. Both items require DoD unique identification as per DFARS 252.211-7003.
Contract Details
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: 100% Total Small Business Set-Aside (NAICS Code: 333515, Size Standard: 500)
- Response Due Date: April 10, 2026, 02:00 PM Local Time
- Published Date: April 10, 2026
- Place of Performance: Bremerton, WA, United States
Submission & Evaluation
Offers must be submitted via email to vera.anderson@dla.mil. Bidders are responsible for downloading the RFQ and monitoring for amendments. To be considered responsive, quotes must be fully completed and signed, including:
- Completion of solicitation form, Box 17A, Box 28, and signature on Page 1 (Boxes 30 a, b, c).
- Provision of CAGE CODE, FACILITY CAGE CODE, and company size (SMALL or LARGE).
- Indication of whether the material is a Commercial Item or Commercial-Off-The-Shelf (COTS).
- Annotation of LEAD TIME and/or delivery date.
- Complete pricing for each CLIN, quoted as FOB Destination Bremerton, WA.
- Manufacturer's name, CAGE code, country of manufacturing, and part number for each CLIN.
- Provision of manufacturer's specification sheets (copied/pasted not accepted).
- Redacted quote and email from the manufacturer/distributor.
- Completion of all representations and certifications.
- Return of all pages of the completed original solicitation package.
- Current registration in SAM.gov.
Proposals will be evaluated based on Technical, Price, and Performance factors. Payment will be made via Wide Area WorkFlow (WAWF).
Additional Notes
Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old), unless the items are identified as COTS, which are exempt. Non-manufacturers must provide traceability to the manufacturer and part number, such as a letter from an authorized dealer or verifiable documentation of quotation from the approved source.