USER INTERFACE KIT
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 bids for S-Series User Interface Kits, intended as direct replacement parts for Lincoln Electric Power Wave S350 and S500 power sources. This Total Small Business Set-Aside opportunity seeks to procure 27 kits under a Firm Fixed-Price supply contract. Offers are due by March 11, 2026, at 03:00 PM (Pacific Time).
Scope of Work
The requirement is for 27 S-Series User Interface Kits that enable local control of Shielded Metal Arc Welding (SMAW) and Tungsten Inert Gas (TIG) welding from the control panel. These kits must be direct replacement parts for S-series welders.
Key Requirements
- Must include a TIG gas solenoid.
- Must include a 12-pin remote connector.
- Must be for S-series welders.
- Must have a digital readout.
- Delivery is FOB Destination to Puget Sound Naval Shipyard by March 24, 2026.
Contract & Timeline
- Type: Firm Fixed-Price supply contract.
- Quantity: 27 Kits.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 333992 (Size Standard: 1250 employees).
- PSC: 3439 (Miscellaneous Welding, Soldering, And Brazing Supplies And Accessories).
- Offer Due: March 11, 2026, 03:00 PM (Pacific Time).
- Published: March 10, 2026.
Submission & Evaluation
Offerors must complete pricing for each CLIN, provide CAGE code, complete representations and certifications, provide manufacturer information, return the signed solicitation package, and ensure current SAM.gov registration. Lead time for delivery (FOB destination) must be included. For "equal-to" material, manufacturer specifications are required for technical evaluation; quotes missing these will be deemed incomplete. Evaluation factors include Technical, Price, and Performance.
Additional Notes
Contractors are responsible for downloading the RFQ and monitoring for amendments. All questions must be submitted via email to naomi.larson@dla.mil. NIST SP 800-171 assessment is required unless items are Commercial Off The Shelf (COTS) and identified as such during the bid. Payment will be made via Wide Area WorkFlow (WAWF).