VENT ADAPTER
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 VENT ADAPTER under a Total Small Business Set-Aside. This is a Firm Fixed Price opportunity with an estimated value over $15,000.00. Proposals are due February 10, 2026, at 1:00 PM PST.
Scope of Work
This solicitation is for the procurement of an ADAPTER, VENT, specifically a 5-inch lever clamp type vent duct adapter with precise dimensions (5.25" to 5.32" O.D. rolled end x 4.90" to 4.97" O.D. raw end x 4" long). The body material should be 20 gauge galvanized steel or 14 gauge 5000/6000 aluminum. The manufacturer part number is DPW3249SP. Lead time is a critical factor. Vendors quoting "equals" must submit detailed specifications for evaluation; bids without these specifications will be considered non-responsive.
Contract & Timeline
- Contract Number: SPMYM226Q5530
- Type: Firm Fixed Price (FFP)
- Estimated Value: Over $15,000.00
- Solicitation Issue Date: February 9, 2026
- Offer Due Date: February 10, 2026, 01:00 PM PST
- Anticipated Delivery Date: April 10, 2026
- Place of Performance: Bremerton, WA 98314, United States
Submission & Evaluation
Proposals must be submitted electronically via the SAM.gov website or by email/fax to jack.edwards@dla.mil. To be deemed responsive, the solicitation must be completed in its entirety and include:
- Completion of box 17A, reading box 28, and signing page 1 boxes 30 a, b, and c.
- Provision of your CAGE code.
- Quoting FOB Destination Bremerton, WA.
- Annotation of the lead time.
- Annotation of the manufacturer's name and the product's country of manufacturing.
- Checking applicable boxes in clause 52.204-24 (2)(d)(1) and (2).
Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019. Items deemed Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171, but this must be identified and information provided to the contracting officer during the solicitation period. Invoices will be submitted electronically using Wide Area Work Flow (WAWF) - Receipt and Acceptance.
Eligibility / Set-Aside
This acquisition is 100% set aside for Small Business. The applicable NAICS Code is 332919 with a Size Standard of 750 employees.
Additional Notes
All contractors, vendors, and suppliers require a Defense Biometric Identification System (DBIDS) credential for base access. Delivery is FOB Destination. Payment will be made via Wide Area Work Flow (WAWF). Inspection level is QA 4, with 7 days inspection at destination.