SPMYM226Q70660001 NON METALLIC 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 quotes for Non-Metallic Hose for use on purifier hoses in Bremerton, WA. This is a Total Small Business Set-Aside. Quotes are due May 13, 2026, at 06:00 PM.
Scope of Work
This solicitation is for the procurement of 36 feet of Non-Metallic Hose, equivalent to NIIN: 00-564-3217 and Part Reference Number: 150901-64. The requirement includes one 20-foot length and one 16-foot length of hose material, with minimum 5-foot lengths acceptable. The hose is intended for KEYOP H01 - H06 Purifier Hoses (F-115, F-116, F-117, F-118, F-120, & F-121). The National Stock Number is 4720005643217.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 326220, Size Standard: 800 employees
- Quote Due: May 13, 2026, 06:00 PM
- Published: May 12, 2026
- Period of Performance: Estimated from award receipt to November 2025
Submission & Evaluation
To be deemed responsive, a signed and completed solicitation must be submitted via email to donna.todd@dla.mil. Electronic submission of quotes is also available through SAM.gov. Evaluation will be based on Technical, Price, and Past Performance. Technical evaluation will consider compliance/exceptions to specifications and product information. Price will be evaluated with a preference for a single award. Past performance will be assessed using the Supplier Performance Risk System (SPRS) and internal sources.
Additional Notes
Offerors must be registered in SAM.gov. Payment will be made via Wide Area Work Flow (WAWF). A Defense Biometric Identification System (DBIDS) credential is required for base access, and all deliveries must pass through the base Truck Inspection Station. Shipments must be marked in accordance with ASTM-D-3951. Items must have a minimum of 85% shelf-life remaining upon receipt, and the Cure/Manufacture Date must be marked or tagged on each item. Contractors required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019, unless items are Commercial Off The Shelf (COTS) and identified as such to the contracting officer. Specific instructions for completing the solicitation include providing contractor info and CAGE code (Page 1 BLK 17a), signing boxes 30 a, b, and c (Page 1), entering POC (Section A. A1 – 1), quoting FOB Destination and other info (Section B), checking appropriate box and providing manufacturer details (Section K. K21), providing lead time/delivery date (Section F), and checking applicable boxes in 52.204-24 (d)(1) and (2) (Section K).