WELD ROD
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 DLA MARITIME PUGET SOUND is soliciting proposals for WELD ROD (Level 1), a critical material for shipboard systems. This opportunity is a 100% Total Small Business Set-Aside and will result in a Firm Fixed-Price supply contract. Delivery is required to Bremerton, WA by March 31, 2026. Proposals are due by March 10, 2026.
Scope of Work
This procurement is for WELD ROD, specifically MIL-RCOCR-A-3, surfacing, bare, 1/8" diameter, 12"-18" long, designated as Level One Material. The material is considered "SPECIAL EMPHASIS" due to its critical use in shipboard systems, requiring strict control and quality assurance. Bidders must adhere to MIL-R-17131 and other applicable standards, including ISO 9001, ANSI/NCSL Z540.3, and ISO/IEC 17025. Requirements include 10-pound containers, a minimum hardness of 40 RC, and weld testing. The solicitation also identifies specific products like STOODITE 6 (BARE ROD), Part Number STOODITE 6H, manufactured by STOODY CO.
Contract & Timeline
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 3439 (Miscellaneous Welding, Soldering, And Brazing Supplies And Accessories) with a 1250 employee size standard.
- Place of Performance/Delivery: FOB Destination to Puget Sound Naval Shipyard IMF, Bremerton, WA 98314-5001. Some delivery locations may also include Yokosuka, Japan.
- Delivery Required By: March 31, 2026
- Proposal Due Date: March 10, 2026, at 3:00 PM PST (22:00:00Z)
- Published Date: March 9, 2026
Submission & Evaluation
Offers must be submitted via email to vera.anderson@dla.mil. Required submission items include a fully completed and signed solicitation, company and facility CAGE Codes, company size, commercial item status, lead time/delivery date, pricing for each CLIN (FOB Destination Bremerton, WA), manufacturer details (name, CAGE code, country of manufacturing, part number), manufacturer's specification sheets, and a redacted quote from the manufacturer/distributor. All representations and certifications must be completed, and current SAM.gov registration is mandatory. Evaluation will consider Technical, Price, and Performance factors. A 10% price evaluation preference may be applied for HUBZone small businesses.
Contact Information
- Primary Point of Contact: Vera Anderson, vera.anderson@dla.mil