TUGGER
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 proposals for a TUGGER, specifically a "Turn-Key" Mast Mover Device, Model # TOW1000 ES, Part Z86-00100 (or equal). This is a Total Small Business Set-Aside opportunity. The acquisition requires a single contractor to provide the complete system, including design, manufacturing, testing, and documentation. Proposals are due by April 9, 2026, at 4:00 PM UTC.
Scope of Work
The requirement is for one (1) "Turn-Key" Mast Mover Device (Tugger) suitable for indoor and outdoor industrial environments. Key features include a warning horn, flashing safety light, emergency stop, anti-crush button, two-speed selector, complete load security, AC motor optimization, and an automatic parking brake. The device must comply with OSHA, NFPA, NEMA, and ANSI standards, with electrical components being Nationally Recognized Testing Laboratory (NRTL) certified. Prohibited materials include asbestos, lead-based, and chromium-based paints.
Contract Details
- Contract Type: Implied Firm Fixed Price for CLINs 0001-0004.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5), NAICS 333618 (1500 employee size standard).
- Place of Performance: Silverdale, WA. Access to Naval Base Kitsap, Bangor, requires specific security procedures and DBIDS credentials.
- Delivery: Required by July 20, 2026.
- Key Deliverables: The TUGGER unit (TOW 1000 ES TUGGER or equal), Technical Data Package (CDRL A001) including NRTL Certification, Commercial Off-The-Shelf (COTS) Manuals (CDRL B001) with detailed schematics and "as built" configuration, and a Warranty Performance Report (CDRL C001).
Submission & Evaluation
Proposals will be evaluated based on technical acceptability, price, and past performance. Technical acceptability requires meeting or exceeding specifications, delivery requirements, and other terms. Offerors quoting "equal" products must provide descriptive literature, assembly sketches, tooling sketches, and compliance statements. All quotes must be submitted via email to TRICIA.WINTERSTEEN@DLA.MIL. Incomplete quotes will not be considered. For non-COTS items, a current NIST SP 800-171 assessment (DFARS 252.204-7019) is required, unless the item is identified as COTS.
Important Notes
Contractors must comply with various FAR and DFARS clauses, including payment via Wide Area Work Flow (WAWF) and safeguarding covered defense information. The warranty period begins upon acceptance and completion of familiarization training.