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 is soliciting quotes for Welding Rods (specifically "BARE COPPER", 1/16" diameter, 50lb, 36.0" straight lengths) for the Portsmouth Naval Shipyard in Kittery, ME. This is a 100% Total Small Business Set-Aside. Quotes are due by March 5, 2026, at 10:00 AM EST.
Scope of Work
This Request for Quotation (RFQ) covers the procurement of specific welding rods as detailed in Attachment 1, which specifies AWS A5.7/A5.7M ERCU, 0.062" x 36" length rods. Key deliverables include Item 0001: Welding Rods and Item 0002: Data Requirements, which mandate a Certificate of Compliance (DI-MISC-81356A) and Material Certification (DI-MISC-80678) with actual test results. Offerors must comply with NIST SP 800-171 DoD Assessment Requirements (current SPRS assessment or Basic Assessment) and adhere to DFARS clauses concerning the Buy American Act and covered defense telecommunications equipment/services. Vendors are required to provide the country of origin for each line item. The Required Delivery Date (RDD) is ASAP.
Contract Details
This is a Combined Synopsis/Solicitation for commercial items, processed under FAR Part 12 and Simplified Acquisition Procedures (FAR 13). It is a 100% Total Small Business Set-Aside. The FSC/NAICS codes are 5307 / 332722, with a Small Business Size Standard of 600 employees. Payment terms are Net 30 days after inspection and acceptance, utilizing Government Purchase Card (GPC) or Wide Area Workflow (WAWF). Final inspection will occur at the Destination or Origin. The place of delivery is the Portsmouth Naval Shipyard, Kittery, ME 03904.
Submission & Evaluation
Quotes must be submitted via email to DLA-KME-QUOTATIONS@DLA.MIL and gary.1.chandler@dla.mil by March 5, 2026, at 10:00 AM EST. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) criteria. The government intends to make a single "All or None" award without discussions; however, if the RDD is not met, the award may go to the LPTA offeror with the soonest delivery. A reverse auction may be held. Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, 252.204-7019, and FAR 52.212-3 (or ALT I). All offerors must be registered and active in SAM.gov. Pricing must be delivered (FOB Destination) and include freight costs; indicate if the item is GSA or price-listed.
Eligibility
This requirement is a 100% Small Business Set-Aside. Offerors must indicate their business size, and will be screened for responsibility in accordance with FAR 9.104. Non-manufacturers must provide the manufacturer's name, location, and business size.