TEE
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 bids for "TEE" items and related forged fittings for commercial products and services. This is an unrestricted acquisition for delivery to Bremerton, WA. Proposals are due by April 1, 2026, at 11:00 AM (Pacific Daylight Time).
Scope of Work
The requirement is for various "TEE" items and fittings, including:
- TEE, CLASS 6000, SWLDG, 1 NPS, CUNI 70/30 (quantities of 1 and 2 EA)
- INSERT, CLASS 6000, SWLDG, 1 NPS X 3/8 NPS, CUNI 70/30 (quantity 1 EA)
- Coupling, 1" NPS, Socket-welded, Class 6000, 6000 PSI, 70/30 CUNI (quantities of 1 and 2 EA)
All items must adhere to ASME B16.11-2021 standards for forged fittings, socket-welding and threaded. They must be socket-welded, Class 6000, rated for 6000 PSI, and made of 70/30 CUNI material conforming to specified ASTM standards. Machining tees, elbows, and crosses directly from bar stock is prohibited.
Contract Details
- Opportunity Type: Solicitation for Commercial Products and Services
- NAICS Code: 326122 (Plastics Pipe and Pipe Fitting Manufacturing), Size Standard: 750 employees
- Set-Aside: Unrestricted
- Place of Performance/Delivery: FOB Destination Bremerton, WA
- Payment: Via Wide Area Work Flow (WAWF)
- Inspection & Acceptance: QA 2 - 45 days inspection, acceptance at destination
- Marking Requirements: All units, intermediate, and shipping containers must be marked in accordance with MIL-STD-129 and DLA Procurement Note C20.
Required Deliverables
Contractors must provide a Certification Data Report for Chemical and Mechanical (Physical) Properties (DI-MISC-82386) for each Contract Line Item Number (CLIN). This report must be attached in the WAWF e-Business Suite, and acceptance/rejection will occur with the material, not prior to shipment. Certifications must be traceable via unique markings.
Submission & Evaluation
- Proposal Due: April 1, 2026, at 11:00 AM (Pacific Daylight Time).
- Submission Method: A signed and completed solicitation must be submitted via email to Sharla.erdmann@dla.mil.
- Required Information in Quote: Contractor's info and CAGE code, Contractor's POC, quote details, manufacturer's name/address/country of manufacturing, lead time/delivery date, and checked boxes for FAR clauses 52.204-24 (d)(1) and (2) and 52.209-11 (b)(1) and (2).
- Evaluation Factors: Technical acceptability, price, and past performance. Award will be made to the responsible Offeror whose offer is most advantageous to the Government.
Additional Notes
Contractors must obtain a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station.