CELL AND VALVE ASSEMBLY, SALINITY DETECTOR
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 CELL AND VALVE ASSEMBLY, SALINITY DETECTOR units. This is a Total Small Business Set-Aside for a Firm Fixed-Price supply contract with delivery to Bremerton, WA. Offers are due May 5, 2026, at 10:00 AM (Local Time).
Scope of Work
This solicitation, SPMYM226Q7155, is for the procurement of 20 units of "CELL, NO VALVE, CELL AND VALVE ASSEMBLY, SALINITY DETECTOR (LESS VALVE)". The preferred part number is IC/CN14-LV, with MARINE ELECTRIC SYSTEMS INC. suggested as the manufacturer. The National Stock Number (NSN) is 4620017327485.
Contract & Timeline
- Type: Firm Fixed-Price supply contract, utilizing commercial and simplified acquisition procedures (FAR Parts 12 and 13.5).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334513, with a Size Standard of 750 employees.
- Delivery: FOB Destination to Bremerton, WA 98314, requested by June 1, 2026.
- Offer Due: May 5, 2026, 10:00 AM (Local Time).
- Published: May 2, 2026.
Evaluation
Award will be based on an evaluation of Technical, Price, Past Performance, and Delivery. The government reserves the right to make a single award. Offers must meet or exceed specifications and any "brand name or equal" requirements. Past performance will be assessed using the Supplier Performance Risk System (SPRS) and internal sources. Offerors must meet the required delivery date or propose an acceptable alternate.
Submission Requirements & Additional Notes
Firms interested in submitting offers must: complete pricing, complete all representations and certifications, provide manufacturer information for proposed items, return all pages of the completed original solicitation package, and ensure current registration in SAM.gov. Payment will be made via Wide Area WorkFlow (WAWF). Contractors will need a Defense Biometric Identification System (DBIDS) credential for base access. Various FAR and DFARS clauses are incorporated by reference, including those related to safeguarding covered defense information, cyber incident reporting, and item unique identification. All questions must be submitted via email to the primary contact.