SPMYM226Q5816 IMPACT STRIPPING TAPE
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 bids for IMPACT STRIPPING TAPE (NSN: SPMYM226Q5816). This is a Total Small Business Set-Aside opportunity. The government requires 200 rolls of specific stripping tape. Offers are due by March 17, 2026, at 2:00 PM.
Scope of Work
The primary deliverable is 200 rolls of "TAPE, IMPACT STRIPPING, 528 TAN, 4 INCHES WIDE X 20 YARDS LONG X 82 MILS THICK ACRYLIC ADHESIVE, RUBBER BACK MATERIAL, W/PAPER LINER, MASK". Key requirements include:
- Minimum 85% shelf life remaining upon receipt.
- Specific marking requirements (National Stock Number/Federal Stock Number, noun, quantity, contract/order number, contractor/delivery information).
- Packaging and packing in accordance with ASTM-D-3951.
- Delivery is FOB Destination to Bremerton, WA.
Contract Details
- Type: Firm Fixed Price (FFP)
- Period of Performance: From award through November 2025.
- Delivery Lead Time: 2 weeks from the date of award receipt.
Submission & Evaluation
To be deemed responsive, a signed and completed solicitation must be submitted via email to donna.todd@dla.mil. Offerors must ensure specific boxes in clause 52.204-24 (d)(1) and (2) are checked, and items 1 through 10 on page 1 are completed, including contractor info, CAGE code, POC, quote details, manufacturer info, and lead time.
- Offer Due Date: March 17, 2026, 02:00 PM.
- Evaluation Criteria: Proposals will be evaluated based on technical acceptability, price, and past performance. Technical acceptability requires meeting or exceeding specifications and delivery requirements. Past performance will be assessed using the Supplier Performance Risk System (SPRS) and other sources.
- NIST SP 800-171: If required, contractors must have a current assessment (DFARS 252.204-7019). Items identified as Commercial Off The Shelf (COTS) are exempt, but must be identified to the contracting officer.
Eligibility
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 326199 with a size standard of 750 employees.
Additional Notes
Contractors must obtain a Defense Biometric Identification System (DBIDS) credential for base access. Payment will be made via Wide Area Work Flow (WAWF). The solicitation incorporates FAR clauses 52.212-1, 52.212-3, and 52.212-4.