Welding 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 Defense Logistics Agency (DLA) Maritime - Portsmouth has issued a Combined Synopsis/Solicitation for Welding Rods to support the Portsmouth Naval Shipyard in Kittery, ME. This requirement is a 100% Total Small Business Set-Aside (NAICS 332722). The solicitation seeks responses for specific "BARE COPPER" welding rods. Quotes are due by March 5, 2026, at 10:00 AM EST.
Scope of Work
The DLA Maritime - Portsmouth requires the procurement of "BARE COPPER" welding rods, specifically 1/16" diameter in 36.0" straight lengths. These rods must meet the technical specifications detailed in Attachment 1, including AWS A5.7 / A5.7M ERCU classification and manufacturing standards. Delivery is required at the Portsmouth Naval Shipyard, Kittery, ME.
Key Requirements & Deliverables
- Product: ROD, WELDING, BARE, STRAIGHT LENGTHS, AWS A5.7 / A5.7M ERCU (0.062" X 36" Length).
- Documentation: Provide country of origin for each line item. Submit a Certificate of Compliance (DI-MISC-81356A) and Material Certification (DI-MISC-80678) with actual test results, as outlined in the Contract Data Requirements List (CDRL) Exhibit A.
- Compliance: Offerors must complete and include FAR provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019. Compliance with NIST SP 800-171 for cybersecurity and DFARS 252.204-7016/7018 regarding covered defense telecommunications is mandatory. Buy American Act provisions apply.
- Pricing: Use the RFQ Form attachment for pricing and include all freight costs.
Contract Details
- Type: Combined Synopsis/Solicitation for commercial items (FAR Part 12 and Simplified Acquisition Procedures under FAR 13).
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 332722 (Small Business Standard: 600 employees).
- Award Type: "All or None" award. The government intends to make a single award without discussions. A reverse auction may be held.
- Payment Terms: Net 30 Days AFTER inspection and acceptance of material, via Government Purchase Card (GPC) or Wide Area Workflow (WAWF).
Submission & Evaluation
- Submission Method: Quotes must be emailed to gary.1.chandler@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Deadline: March 5, 2026, 10:00 AM EST.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Eligibility: Offerors must be registered and active in the System for Award Management (SAM.gov) and indicate their business size. Potential contractors will be screened for responsibility.
Point of Contact
Gary Chandler (gary.1.chandler@dla.mil)