TARPAULIN, PLASTIC
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 Plastic Tarpaulins for delivery to the Puget Sound Naval Shipyard in Bremerton, WA. This is a 100% Total Small Business Set-Aside procurement. Quotes are due by February 17, 2026, at 7 AM Pacific Time Zone.
Scope of Work
The requirement is for 175 Each of TARPAULIN, PLASTIC, 12' X 30' X 18/20 MIL THK, COLOR GRAY, with eyelets every 24". The material must be flame resistant per NFPA-701 (Small or Large Scale Test) and marked "FR" every 24" along its length. The size must be marked in 1" numbers on all four corners. The solicitation specifies "Brand Name or Equal to P/N: WP12X30GYFR."
Contract & Timeline
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 314910 (Size Standard: 500 employees)
- PSC/FSC: 8340 (Tents And Tarpaulins)
- Quote Due Date: February 17, 2026, 07:00 AM Pacific Time Zone
- Delivery Required: On or before April 20, 2026
- Published Date: February 13, 2026
Submission Requirements
To be deemed responsive, quotes must be completed in their entirety and include:
- Completed and signed solicitation (Box 17A, Box 28 read, Box 30a, b, c signed).
- CAGE Code and Facility CAGE Code.
- Company size (Small or Large Business).
- Indication if material is Commercial Item and Commercial-of-the-Shelf.
- Lead Time annotation.
- Completed pricing for each CLIN, quoted as FOB Destination Bremerton, WA.
- Manufacturer name, country of manufacturing, and part number (P/N) for each CLIN.
- Manufacturer's specification sheets for quoted items (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.
- For "EQUALS" bids, manufacturer specifications in PDF format are mandatory; bids without these will be non-responsive.
Delivery and Inspection
Delivery is FOB Destination to Puget Sound Naval Shipyard, Bremerton, WA. Payment will be made via Wide Area Work Flow (WAWF). Inspection level is QA 4, with 7 days inspection at Destination. Offerors must comply with Defense Biometric Identification System (DBIDS) requirements for base access.
Contact Information
All questions regarding the solicitation must be submitted via email to Vera Anderson at vera.anderson@dla.mil. Offerors are responsible for downloading the RFQ and monitoring the site for amendments.