WATER HEATER
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 bids for WATER HEATERS under a Total Small Business Set-Aside. This opportunity, identified as SPMYM2-26-Q-5774, requires specific water heater units and is open for offers until March 11, 2026, at 05:00 PM. The solicitation and any amendments will be posted on SAM.gov.
Scope of Work
The primary requirement is for a WATER HEATER 25 GAL NON OQE, with specifications including 120KW/440V/3-PHASE, 60HZ, and Drawing #17737 Type 1. The solicitation references "BRAND NAME OR EQUAL TO" with HUBBELL ELECTRIC HEATER CO as the recommended source. Vendors quoting alternate items must submit their bid with full specifications for evaluation; bids without specifications will be considered non-responsive. DFARS 252.211-7003, Item Identification and Valuation, is applicable.
Contract & Timeline
- Opportunity Type: Solicitation
- Contract Type: Implied Firm Fixed Price (Section B)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333414, Size Standard: 500
- Offer Due Date: March 11, 2026, 05:00 PM (Pacific Standard Time, based on office location)
- Delivery Date Requested: March 20, 2026
- Published Date: March 10, 2026
- Place of Performance: Silverdale, WA 98315, United States
Submission & Evaluation
Quotes must be submitted via email to TRICIA.WINTERSTEEN@DLA.MIL. To be deemed responsive, bids must include a completed and signed solicitation, manufacturer (MFR), country of origin, and lead time for delivery (FOB destination). If an alternate item is quoted, it must include MFR, country of origin, and a spec sheet. Evaluation will consider Technical, Price, and Past Performance, with Technical and Past Performance being approximately equal to or more important than Price. Payment will be made via Wide Area Work Flow (WAWF), and inspection/acceptance will be at destination (QA4 - 7 days inspection).
Additional Notes
Contractors (awardees) are required to have a current NIST SP 800-171 assessment (not more than 3 years old) as detailed in DFARS 252.204-7019, unless the items are deemed Commercial Off The Shelf (COTS). COTS items are exempt, but vendors must identify and provide information to the contracting officer during the solicitation period. Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access.