WEDGE, STAKE
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 intends to procure WEDGE, STAKE under a Firm Fixed-Price supply contract. This opportunity is a 100% Total Small Business Set-Aside utilizing commercial and simplified acquisition procedures. The required delivery is to PUGET SOUND NAVAL SHIPYARD IMF, Bremerton, WA, on or before April 13, 2026. Offers are due by April 10, 2026, 02:00 PM.
Scope of Work
This solicitation is for 5,000 units of "WEDGE, STAKE" (P/N: SS-1153, NSN: 5120LLS048225). Key specifications include: 4-1/4" LG X 1-1/8" TO 1-1/4"W, tapered from 3/8" to 5/16" down to 1/32" steel, AISI-4140, 34 Rockwell C after normalizing C542. The item is packaged in packs of 25. Detailed technical drawings and additional data are attached, specifying dimensional tolerances (e.g., width 1-1/8" or 1-1/4" +/- 1/64", length 4-1/4" +/- 1/64") and a surface finish of 125 RHR on the wedge surface, with no coatings required.
Contract & Timeline
- Contract Type: Firm Fixed-Price supply contract
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 332216, 750 employees)
- Delivery: FOB Destination to PUGET SOUND NAVAL SHIPYARD IMF, Bremerton, WA
- Delivery Required By: April 13, 2026
- Offer Due Date: April 10, 2026, 02:00 PM (Pacific Time)
- Published Date: April 10, 2026, 01:26 AM (Pacific Time)
Submission & Evaluation
Offers will be evaluated based on Technical, Price, and Performance factors. To be considered responsive, offers must:
- Complete the entire solicitation, including boxes 17A, 28, and signing page 1 (boxes 30 a, b, and c).
- Provide CAGE CODE, FACILITY CAGE CODE, and company size (SMALL or LARGE).
- Indicate if the material is a Commercial Item and/or Commercial-of-the-Shelf (COTS).
- Annotate LEAD TIME and/or delivery date.
- Complete pricing for each CLIN as FOB Destination Bremerton, WA.
- Provide manufacturer's name, CAGE code, country of manufacturing, and part number for each CLIN.
- Submit manufacturer's specification sheets (copied/pasted not accepted).
- Provide a redacted quote and email from the manufacturer/distributor.
- Complete all representations and certifications.
- Return all pages of the completed original solicitation package.
- Ensure current registration in SAM.gov.
Additional Notes
Contractors are required to implement NIST SP 800-171 unless the items are COTS, in which case this must be identified to the contracting officer. If not the manufacturer, bidders must provide traceability to the manufacturer and part number. Payment will be made via Wide Area WorkFlow (WAWF). Contractors require a Defense Biometric Identification System (DBIDS) credential for base access. All questions and submissions must be sent via email to vera.anderson@dla.mil.