TUBE BUNDLE
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 for a TUBE BUNDLE for a Reboiler Feed Heater/Drain Cooler. This procurement is identified as a sole source to AQUA-CHEM INC. due to proprietary requirements for an exact fit with existing equipment. However, general submission requirements are outlined for interested offerors. Proposals are due February 27, 2026, at 10:00 AM PST.
Scope of Work
This opportunity is for the procurement of one (1) Reboiler Feed Heater/Drain Cooler Tube Bundle. The item must be manufactured to specific material specifications and designed for an exact fit into an existing Paracoil 4-2N-116C Reboiler Feed Heater Drain Cooler. Packaging and marking must comply with ASTM-D-3951 and MIL-STD-129. Unique Item Identification (UII) is required for delivered items with a Government unit acquisition cost of $5,000 or more.
Contract & Timeline
- Type: Firm Fixed-Price supply contract
- Estimated Value: Over $15,000.00
- Set-Aside: Unrestricted (identified as sole source)
- NAICS: 332410 (Metal Tank and Boiler (Heavy Gauge) Manufacturing)
- PSC: 4420 (Heat Exchangers And Steam Condensers)
- Delivery: FOB Destination to Puget Sound Naval Shipyard, San Diego, CA 92135. Required delivery date is August 15, 2026.
- Proposal Due: February 27, 2026, 10:00 AM PST
- Published: February 25, 2026
Submission & Evaluation
Proposals must be submitted electronically via Wide Area Work Flow (WAWF). Required submissions include: completed pricing for each CLIN, CAGE code, completed representations and certifications, manufacturer information of proposed items, signed original solicitation package, and lead time for delivery. Offerors must ensure current registration in SAM.gov. Evaluation factors are TECHNICAL, PRICE, and PERFORMANCE. NIST SP 800-171 compliance (DFARS 252.204-7019) is required unless items are Commercial Off The Shelf (COTS) and identified as such.
Additional Notes
This procurement is justified as sole source to AQUA-CHEM INC. due to the proprietary nature of the part and the requirement for an exact fit with existing equipment, with no other known manufacturer capable of producing the specific OEM part. Contractors must obtain a Defense Biometric Identification System (DBIDS) credential for base access. All questions regarding the solicitation must be submitted via email to naomi.larson@dla.mil.