SPMYM226Q5471-0001 RIGID HOSE
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 Rigid Hoses under solicitation number SPMYM226Q5471-0001. This is a Total Small Business Set-Aside acquisition for specific wire-reinforced hoses. Offers are due by February 3, 2026, at 12:00 PM Pacific Time.
Scope of Work
This solicitation seeks to procure two distinct types of rigid hoses:
- Item 0001: 30 Each of 1-1/2" diameter, 50' length, wire-reinforced rigid hoses with copper alloy camlock fittings and stainless locking arms. These must meet a pressure rating of full vacuum to 300 PSI (hose) and 250 PSI (fittings), referencing part number 2248-150-050.
- Item 0002: 10 Each of 1-1/2" diameter, 25' length, wire-reinforced rigid hoses with similar specifications, referencing part number 2248-150-025.
- Note: Brand name or equal is not authorized; quotes must be for the requested items.
Contract Details
- Agency: DLA Maritime - Puget Sound, Department of Defense
- NAICS: 332999 (All Other Miscellaneous Fabricated Metal Product Manufacturing) with a 750-employee size standard.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- Place of Performance: Bremerton, WA, United States.
- Payment: Wide Area Work Flow (WAWF).
- Inspection & Acceptance: At destination (Puget Sound Naval Shipyard IMF) with a 7-day inspection period.
- NIST SP 800-171: Required for contractors unless items are Commercial Off The Shelf (COTS), in which case COTS status must be identified to the contracting officer.
Submission & Evaluation
- Offer Due Date: February 3, 2026, 12:00 PM Pacific Time.
- Submission Method: A signed and completed solicitation must be submitted via email to donna.todd@dla.mil.
- Evaluation Factors: Technical, Price, and Past Performance. Technical and Past Performance combined are considered more important than Price. The Supplier Performance Risk System (SPRS) will be utilized for past performance evaluation.
- Required Information: Offerors must complete specific sections of the solicitation, including contractor information (BLK 17a), sign boxes 30 a, b, c, provide POC (A1-1), quote details (Section B), FOB Destination, Lead Time/Delivery Date (Section F), Manufacturer's Name, Address, and Country of Manufacturing (K21), and check applicable boxes in 52.204-24 (d)(1) and (2).
Additional Notes
Contractors will need Defense Biometric Identification System (DBIDS) credentials for base access and must use the Vendor Shipment Module (VSM) for shipping documentation. Liability insurance, supply chain traceability documentation, and packaging/marking compliant with ASTM-D-3951 are required. Item Unique Identification (IUID) requirements apply to items with a Government unit acquisition cost of $5,000 or more. Offerors must also address representations regarding covered telecommunications equipment and services, the Buy American Act, and other applicable certifications.