BOLT, COUPLING
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 BOLT, COUPLING and NUT, COUPLING under a 100% Small Business Set-Aside. This is a Firm Fixed-Price supply contract for delivery to Everett, WA. Proposals are due March 23, 2026, at 10:00 AM.
Scope of Work
This requirement is for specific items including "COUPLING BOLT, 3 INCH - 4UNC-2A BY 17.875 INCH" and "NUT, COUPLING, 3 INCH - 4UNC-2B HEAVY HEX". Vendors must have an active account in the Joint Certification Program (JCP) to obtain Distribution D drawings, which will be provided via a password-protected PDF. "Equal-to" material offers require manufacturer specifications for technical evaluation. Items with a unit acquisition cost of $5,000 or more require Item Unique Identification (IUID), with exceptions. Contractors must comply with NIST SP 800-171 unless the items are Commercial Off The Shelf (COTS) and identified as such. Technical ordering data specifies material requirements per MIL-S-24093A for steel forgings, including Class C or E, Type I (Ni Cr Mo), special melting practices, virgin raw materials, impact testing, and ultrasonic examination.
Contract & Timeline
- Type: Firm Fixed-Price Supply Contract (Commercial, Simplified Acquisition)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 332722 (Size Standard: 600)
- PSC: 5306 (Bolts)
- Place of Delivery: DLA DISTRIBUTION PUGET SOUND EVERETT, 2000 WEST MARINE VIEW DRIVE, EVERETT, WA 98207 (FOB Destination)
- Deliveries: Scheduled for December 10, 2026
- Solicitation Issued: March 16, 2026
- Proposals Due: March 23, 2026, at 10:00 AM
Submission & Evaluation
Offers must be submitted electronically via Wide Area Work Flow (WAWF). Required submission elements include: completed pricing for each CLIN, CAGE code, completed representations and certifications, manufacturer information for proposed items, signed original solicitation package, current SAM.gov registration, and lead time for delivery. Evaluation will be based on Technical, Price, and Performance factors. Contractors will need a Defense Biometric Identification System (DBIDS) credential for base access.
Additional Notes
All questions regarding the solicitation must be submitted via email to naomi.larson@dla.mil. Offerors are responsible for downloading the RFQ and monitoring the site for any amendments.