BRASS PLUG
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 - Puget Sound is soliciting proposals for BRASS PLUGs under a Firm Fixed-Price contract. This Total Small Business Set-Aside opportunity seeks specific brass plugs and couplers for delivery to Silverdale, WA. Proposals are due May 11, 2026, at 10:00 AM PST.
Scope of Work
This solicitation requires the procurement of:
- 75 each of "1-1/2" ISO 7241-1B PLUG X 1-1/4" F/NPT BRASS"
- 75 each of "1-1/2" ISO 7241-1B COUPLER X 1-1/4" F/NPT BRASS" Packaging and packing must comply with ASTM-D-3951, prohibiting materials like asbestos, excelsior, loose fill polystyrene, newspaper, or shredded paper. Mandatory pallet usage is required for items not shipped via small parcel service. Shipments must be marked with NSN/FSN, noun nomenclature, quantity, contract/order number, contractor name/address, and delivery address.
Contract Details
- Type: Firm Fixed Price
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 332996 (Size Standard: 550 employees)
- FOB: Destination (Silverdale, WA)
- Delivery: Estimated by June 26, 2026
- Place of Performance: Silverdale, WA 98383
Submission & Evaluation
Offers are due by May 11, 2026, at 10:00 AM PST. A signed and completed solicitation must be submitted via email to armando.saya@dla.mil to be considered responsive. Evaluation will be based on Technical compliance, Price, and Past Performance. Technical offers will be assessed for adherence to specifications and delivery requirements. Award will be made to the responsible Offeror whose proposal is most advantageous to the Government.
Additional Notes
Contractors (awardees) are required to implement NIST SP 800-171, with a current assessment (not more than 3 years old), unless items are Commercial Off The Shelf (COTS) and identified as such to the contracting officer. Offerors must complete specific blocks on the solicitation form, including contractor info, CAGE code, POC, quote details, lead time, manufacturer info, and check applicable boxes for clauses 52.204-24 (d)(1) and (2), and 52.209-11 (b)(1) and (2). Payment will be made via Wide Area Work Flow (WAWF). Defense Biometric Identification System (DBIDS) credentials are required for base access, and Unique Item Identification (IUID) is required for items with a Government unit acquisition cost of $5,000 or more.