TAPE, FLASHING ALL WEATHER
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 TAPE, FLASHING ALL WEATHER to be delivered to the Puget Sound Naval Shipyard in Bremerton, WA. This is a Firm Fixed-Price supply contract issued as a 100% Total Small Business Set-Aside. Proposals are due by March 28, 2026, 12:00 PM.
Scope of Work
The procurement is for "TAPE, FLASHING ALL WEATHER", specifically 4" X 75'X 9.9MM THICK ROLLS, SLIT LINER (12RO/CASE), with National Stock Number (NSN) 5640LLS054573. Key requirements include a minimum of 85% shelf-life remaining upon receipt, clear marking of cure/manufacture dates, and identification of all necessary precautions and storage requirements.
Contract Details
- Type: Firm Fixed-Price supply contract, utilizing commercial and simplified acquisition procedures (FAR Parts 12 and 13.5).
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 314999, 550 employees).
- Estimated Value: Over $15,000.00.
- Delivery: FOB Destination to PUGET SOUND NAVAL SHIPYARD IMF (N4523A), Bremerton, WA 98314-5001, required by April 24, 2026.
- Payment: Will be processed via Wide Area WorkFlow (WAWF).
Submission Requirements
Offerors must submit a fully completed and signed solicitation package. Key elements include:
- Completion of solicitation forms, including boxes 17A, 28, and 30a, b, c on page 1.
- Provision of CAGE CODE, FACILITY CAGE CODE, and company size (SMALL or LARGE).
- Indication if the material is a Commercial Item and/or Commercial-of-the-Shelf (COTS).
- Annotation of LEAD TIME/delivery date and complete pricing for each CLIN, quoted as FOB Destination Bremerton, WA.
- Provision of manufacturer's name, cage code, country of manufacturing, and part number for each CLIN.
- Submission of manufacturer's specification sheets (not copied/pasted), along with a redacted quote and email from the manufacturer/distributor.
- Completion of all representations and certifications.
- Ensuring current registration in SAM.gov.
- NIST SP 800-171: Required for awardees unless the item is COTS (must be identified to the contracting officer).
- Traceability: Provide specification data/sheet, Commercial: YES/NO, COTS: YES/NO, Manufacture Name, Country of Origin, and traceability to manufacture and part number.
Evaluation Factors
Proposals will be evaluated based on Technical, Price, and Performance.
Key Dates
- Proposals Due: March 28, 2026, 12:00 PM (PST).
- Delivery Required By: April 24, 2026.
- Published: March 27, 2026.
Contact Information
All questions and submissions must be sent via email to Vera Anderson at vera.anderson@dla.mil.
Additional Notes
Deliveries are subject to inspection at the base Truck Inspection Station, and contractors require a Defense Biometric Identification System (DBIDS) credential for base access. Unique Item Identification (IUID) is required for items with a Government unit acquisition cost of $5,000 or more.