ACTUATOR
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 a HYDRAULIC ACTUATOR (MOOG Model 3770A-41490 Assembly) under a Firm Fixed-Price contract. This is a Total Small Business Set-Aside acquisition, with a requirement for expedited 18-week delivery. Proposals are due March 31, 2026, at 05:00 PM.
Scope of Work
This solicitation is for the acquisition of one (1) unit of a ROTARY HYDRAULIC ACTUATOR MODEL 3770A-41490 ASSEMBLY, P/N: 3770A-41490, manufactured by MOOG. The acquisition is designated as "SOLE SOURCE." Key requirements include expedited 18-week delivery, Unique Item Identification (IUID) for the actuator, and packaging compliant with ASTM-D-3951. Delivery is FOB Destination Bremerton, WA.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 3010 (Torque Converters And Speed Changers)
- NAICS: 333612 (Size Standard: 750 employees)
- Offer Due Date: March 31, 2026, 05:00 PM
- Published: March 31, 2026 (Amendment date)
Submission Requirements
To be considered responsive, quotes must be submitted electronically via SAM.gov or by email/fax to jack.edwards@dla.mil. Submissions must include:
- Completed and signed solicitation (Box 17A, 28, 30a, b, c on page 1).
- Contractor's CAGE code.
- Quoted lead time.
- Name of manufacturer and country of manufacturing.
- Confirmation of FOB Destination Bremerton, WA.
- Applicable boxes checked in clause 52.204-24 (2)(d)(1) and (2).
- NIST SP 800-171: Required for awardees unless items are Commercial Off The Shelf (COTS), which must be identified during the bid period.
Evaluation
Evaluation factors will include Technical, Price, and Past Performance, with their relative importance to be determined by the Contracting Officer.
Additional Notes
Contractors require a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station.