TRIUMPH SLIDELOCK
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
DLA MARITIME PUGET SOUND is soliciting proposals for TRIUMPH SLIDELOCK rubber flooring tiles under a 100% Total Small Business Set-Aside. This is a Firm Fixed-Price supply contract for delivery to the Puget Sound Naval Shipyard in Bremerton, WA. The requirement is for 20,000 square feet of specific rubber tile. Offers are due by March 5, 2026, at 10:00 AM PST.
Scope of Work
The Defense Logistics Agency (DLA) Maritime Puget Sound intends to procure 20,000 square feet of TRIUMPH SLIDE LOCK RUBBER TILE, 3/8 inch thick, in Color LB9 Rainstorm with a Hammered Surface, sized 24" x 24" net. The product must meet detailed salient characteristics, including SlideLock™ Tile connection, dual durometer layers, and extensive ASTM performance standards for abrasion, acoustical properties, hardness, tensile strength, elongation, slip resistance, static load limit, chemical resistance, and fire resistance. The requirement specifies TARKETT COMMERCIAL, Part Number: 1074315, as the brand name or equal.
Contract Details
- Contract Type: Firm Fixed-Price supply contract
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 337215 (Flooring Mills)
- Size Standard: 1500 employees
- Place of Performance/Delivery: Puget Sound Naval Shipyard, Building 514 D1, 1400 Farragut Ave, N4523A, Bremerton, WA 98314
- Delivery Requirement: On or before March 30, 2026
Submission & Evaluation
Offers must be submitted electronically via Wide Area Work Flow (WAWF). To be deemed responsive, the solicitation must be completed in its entirety, including:
- CAGE Code and Facility CAGE Code
- Company size (Small or Large Business)
- Confirmation of Commercial Item and Commercial-of-the-Shelf status
- Lead time
- Completed pricing for each CLIN
- FOB Destination pricing to Bremerton, WA
- Manufacturer name, country of manufacturing, and part number for each CLIN
- Manufacturer's specification sheets (PDF format) for the quoted item
- Redacted quote and email from the manufacturer/distributor
- Completed representations and certifications
- Current SAM.gov registration
Vendors quoting "equals" must provide manufacturer specifications for evaluation; bids without these will be considered non-responsive. Evaluation will consider Technical, Price, and Performance.
Contact Information
All questions regarding the solicitation and submissions shall be directed via email to Vera Anderson at vera.anderson@dla.mil.