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
The Defense Logistics Agency (DLA) Maritime - Norfolk is soliciting quotes for Twin-Path Slings for the Norfolk Naval Shipyard (NNSY) in Portsmouth, VA. This is a Combined Synopsis/Solicitation (RFQ NUMBER: SPMYM126Q4028) issued under Simplified Acquisition Procedures (FAR Part 13). The opportunity is a Total Small Business Set-Aside. Quotes are due by February 20, 2026, at 1500 EST.
Scope of Work
The requirement is for six (6) new, brand-name only, TWIN-PATH SLINGS, Model/MPN: TPXCF 25000, 30 feet in length. Key specifications include 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, Basket WLL of 500,000 lbs, a 5:1 safety factor, and less than 1% elongation at rated capacity. Slings must include a Check-Fast overload indicator. No refurbished or used items will be accepted, and additive manufacturing parts are not authorized unless specifically approved.
Contract & Timeline
- Contract Type: Simplified Acquisition Procedures (SAP)
- Required Deliver Date (RDD): 2 Weeks After Receipt of Order (ARO)
- NAICS Code: 336214
- PSC Code: 2020 (Rigging And Rigging Gear)
- Shipping Term: FOB Destination
- Quote Validity: Minimum of thirty (30) calendar days
- Payment: Through Wide Area Workflow (WAWF); vendors must have an account.
- Quote Submission Deadline: February 20, 2026, 1500 EST
- Questions Deadline: February 18, 2026, 1500 EST (via email to Monica Richardson)
- Published Date: February 17, 2026
Submission & Evaluation
Quotes must be submitted in Microsoft Word, Excel, or Adobe PDF format and include price(s), point of contact, business size, CAGE Code, and payment terms. Evaluation will be based on Lowest Price, Technically Acceptable (LPTA). Technical capability and price are significantly more important than other factors like delivery or Supplier Performance Risk System (SPRS) ratings. Technical acceptability requires clear demonstration of meeting all specifications, including a detailed (unpriced) capabilities statement for alternate materials. Price reasonableness may require supporting documentation like invoices or price lists.
Eligibility / Set-Aside
This solicitation is a Total Small Business Set-Aside. Vendors must be registered in the System for Award Management (SAM) database to be considered for award.
Additional Notes
Bidders are responsible for reviewing all incorporated FAR/DFARS clauses. Specific DLA Procurement Notes address superseded part numbers, manufacturing phase-out, supply chain traceability, unused government surplus property, and nonconforming packaging. Past performance will be evaluated via SPRS, with neutral ratings for vendors without history. Requirements for base access to NNSY, including DBIDS credentials, are also detailed.