TANK
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 DLA MARITIME PUGET SOUND is soliciting proposals for the fabrication and delivery of replacement tanks under a Firm Fixed-Price supply contract. This UNRESTRICTED opportunity requires the provision of seven specific tanks (1 LOT) manufactured to detailed specifications for delivery to Puget Sound Naval Shipyard IMF, Bremerton, WA. Offers are due by April 24, 2026, at 09:00 AM local time.
Scope of Work
This solicitation, SPMYM226Q7021, requires the fabrication of replacement tanks in accordance with drawing RT-250901. The requirement is for one LOT, comprising seven individual tanks (T-F1, T-F1A, T-F2, T-H5, T-H8, T-H2B, T-J7). Key specifications include:
- Fabrication from 1/4" thick stainless-steel plate.
- Interior lining of 3/32" thick Koroseal (PVC) for sidewalls and 3/16" thick Koroseal (PVC) for bottoms.
- Seams to be welded with 100% Hydrogen.
- Tanks must be supported as per provided drawings.
- Exterior to be grit blasted and coated with gray 2-part epoxy paint.
- Counterflow rinse tanks require a (1) SS/Koroseal lined over partition with a 3/8" rigid T-1 PVC under partition.
- Stations must be filled and drained at the same level.
- DFARS 252.211-7003 (Item Identification and Valuation) is applicable.
Contract & Timeline
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 332420 (Storage Tanks).
- FOB: Destination to Bremerton, WA.
- Solicitation Issued: April 23, 2026.
- Offers Due: April 24, 2026, 09:00 AM local time.
- Delivery Required: April 30, 2026.
Submission Requirements
To be considered responsive, offers must include:
- Completed and signed solicitation (Box 17A, Box 28 read, Box 30 a, b, c signed).
- CAGE CODE and FACILITY CAGE CODE.
- Company size (SMALL or LARGE Business).
- Indication if material is Commercial Item and/or Commercial-of-the-Shelf (COTS).
- Annotated LEAD TIME and/or delivery date.
- Completed pricing for each CLIN (FOB Destination Bremerton, WA).
- Manufacturer's name, CAGE code, country of manufacturing, and part number for each CLIN.
- Manufacturer's specification sheets (copied/pasted not accepted).
- Redacted quote and email from the manufacturer/distributor.
- Completed representations and certifications.
- Return all pages of the completed original solicitation package.
- Current registration in SAM.gov.
Evaluation
Proposals will be evaluated based on Technical, Price, and Performance. NIST SP 800-171 requirements apply unless items are identified as COTS.
Contact Information
All questions must be submitted via email to Vera Anderson at vera.anderson@dla.mil.