STBD CURTAIN
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 has issued a Solicitation (SPMYM226Q5696) for STBD CURTAIN and related items. This opportunity is a Total Small Business Set-Aside and seeks proposals for various curtains and carabiners. Offers are due by March 3, 2026, at 12:00 PM.
Scope of Work
This solicitation requires the provision of:
- STARBOARD CURTAIN (BIG) 26FT X 24FT (Brand Name or Equal to ALPHA ENGINEERED COMPOSITES PN 103-70609B)
- LOCK CARABINER (Brand Name or Equal to ALPHA ENGINEERED COMPOSITES PN 103-70605)
- PORT CURTAIN (SMALL) 20FT X 24FT (Brand Name or Equal to ALPHA ENGINEERED COMPOSITES PN 103-70608A)
- PORT CURTAIN (BIG) 26FT X 24FT (Brand Name or Equal to ALPHA ENGINEERED COMPOSITES PN 103-70608B)
- STARBOARD CURTAIN (SMALL) 20FT X 24FT (Brand Name or Equal to ALPHA ENGINEERED COMPOSITES PN 103-70609A)
- VALANCE CURTAIN 3FT X 82FT (Brand Name or Equal to ALPHA ENGINEERED COMPOSITES PN 103-70606)
All curtain and valance material must be fabricated using AVSIL 188CH, "Welding Grade Silica Fabric" or equivalent, meeting Military Specification MIL-C-24576A (Type I Class 1 Silica Cloth). The material must be non-hazardous, insoluble in water, have a melting point of 3000 degrees Fahrenheit or greater, and be suitable for naval vessel use. Specific dimensions are provided for pre-cut or raw material for all curtains. Lock carabiners must be equivalent in fit, form, and function to Alpha Engineering Composites PN 103-70605.
Contract & Timeline
- Contract Type: Anticipated FIRM-FIXED-PRICE
- Set-Aside: Total Small Business (NAICS Code 314999, size standard 550 employees)
- Offer Due Date: March 3, 2026, 12:00 PM (Pacific Time)
- Published Date: March 2, 2026
- Delivery: Requested by April 17, 2026, to various locations in Japan (Yokosuka).
Submission & Evaluation
Offers must include a completed and signed solicitation, manufacturer, country of origin, and lead time for delivery (FOB destination). Any alternate products quoted must include part number, manufacturer, country of origin, and a spec sheet; otherwise, the offer will not be considered. Quotes must be submitted via email to TRICIA.WINTERSTEEN@DLA.MIL. Evaluation will be based on Technical, Price, and Past Performance, with award made to the technically acceptable offer most advantageous to the Government.
Additional Notes
Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (DFARS 252.204-7019), unless items are identified as Commercial Off The Shelf (COTS), which are exempt. Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access. Payment will be made via Wide Area Work Flow (WAWF).