TWIN PATH SLING
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 Norfolk – Contracting Division issued a Total Small Business Set-Aside solicitation (RFQ SPMYM126Q4028) for TWIN-PATH SLINGS for the Norfolk Naval Shipyard (NNSY). This opportunity sought new, brand-name only slings under Simplified Acquisition Procedures. Quotes were due by February 20, 2026.
Scope of Work
The solicitation required 6 EACH TWIN-PATH SLINGS, Model/MPN: TPXCF 25000, with a length of 30 feet. Key specifications included K-Spec core yarn, 2-ply heavy-duty Covermax bulked nylon cover, a Vertical Working Load Limit (WLL) of 250,000 lbs (125 tons), Choker WLL of 200,000 lbs, and Basket WLL of 500,000 lbs. A safety factor of 5:1 and elongation of less than 1% at rated capacity were also specified, along with a Check-Fast overload indicator. All items were required to be new; refurbished or used items were not accepted. Additive manufacturing (AM) parts were not authorized unless specifically approved.
Contract Details
This was a commercial item solicitation prepared under Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures (SAP). The Required Deliver Date (RDD) was 2 WEEKS After Receipt of Order (ARO). The NAICS Code was 336214, and the PSC Code was 2020 (Rigging And Rigging Gear). Shipping terms were FOB Destination. Quotes were required to be valid for a minimum of thirty (30) calendar days. Payment was to be made through Wide Area Workflow (WAWF), requiring vendors to have a WAWF account.
Submission & Evaluation
- Quote Submission Deadline: February 20, 2026, 1500 EST.
- Questions Deadline: February 18, 2026, 1500 EST, via email to Monica Richardson (monica.richardson@dla.mil).
- Submission Format: Microsoft Word, Excel spreadsheet, or Adobe PDF.
- Quote Content: Required price(s), point of contact (name, phone number), business size, CAGE Code, and payment terms.
- Evaluation Basis: Lowest Price, Technically Acceptable (LPTA). Technical capability and price were substantially more significant than other factors (delivery, Supplier Performance Risk System (SPRS), and Federal Awardee Performance).
- Technical Acceptability: Quotes needed to clearly demonstrate capability to meet all specifications. Vendors were required to provide a detailed (unpriced) capabilities statement including lead time, specifications (if alternate material), list of supplies, manufacturer, and country of origin.
- Price Reasonableness: Quotes were to include a breakdown of pricing. The government reserved the right to request invoices for similar parts, price lists, or contract numbers.
Eligibility
This solicitation was set-aside for small businesses. Vendors were required to be registered in the System for Award Management (SAM) database to be considered for award.
Notes
Numerous FAR/DFARS clauses were incorporated by reference, and bidders were responsible for reviewing them. Specific DLA Procurement Notes addressed superseded part numbers, manufacturing phase-out, supply chain traceability, unused former government surplus property, and nonconforming packaging/marking. Past performance was to be evaluated using the Supplier Performance Risk System (SPRS), with vendors having no history receiving a neutral rating. Requirements for base access to NNSY, including Defense Biometric Identification System (DBIDS) credentials, were also detailed.