CLAMP

SOL #: SPMYM226Q5976Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Silverdale, WA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

Hardware (5340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 7, 2026
2
Submission Deadline
Apr 8, 2026, 7:00 PM

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 Department of Defense / Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting proposals for 1,500 CLAMP R/A BLT 2"X2" (PN CRA19, manufactured by Brandsafway) under a Firm Fixed Price contract. This opportunity is a Total Small Business Set-Aside. Proposals are due April 8, 2026, at 12:00 PM (Pacific Time).

Scope of Work

This procurement is for 1,500 each of "CLAMP R/A BLT 2"X2"" to serve as a direct replacement component for a proprietary scaffolding system currently in use at the Trident Refit Facility Bangor, WA. The required clamps must guarantee compatibility, interchangeability, and structural integrity with the existing system.

Key requirements include:

  • Providing supply chain traceability documentation, including manufacturer information and details of intermediaries.
  • Utilizing the Vendor Shipment Module (VSM) for printing shipping labels and obtaining shipping addresses.
  • Adhering to ASTM-D-3951 for packaging and marking, along with specific marking elements.
  • Inspection and acceptance will occur at the destination (QA 4-7 days inspection).
  • Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access.

Contract & Timeline

  • Contract Type: Firm Fixed Price.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 339999, Size Standard: 550 employees.
  • Delivery: Requested by April 15, 2026.
  • Payment: Will be made via Wide Area Work Flow (WAWF).
  • Offer Due Date: April 8, 2026, 12:00 PM (Pacific Time).
  • Published Date: April 7, 2026.
  • Place of Performance: Silverdale, WA 98315.

Submission & Evaluation

  • Submission: Quotes must be submitted electronically via email to TRICIA.WINTERSTEEN@DLA.MIL.
  • Required Submission Elements: Completed and signed solicitation, manufacturer, country of origin, and lead time for delivery (FOB destination).
  • Alternate Items: If an alternate item is quoted, it must include the manufacturer, country of origin, and a spec sheet to be considered.
  • Evaluation Criteria: Technical acceptability, price, and past performance.

Additional Notes

  • NIST SP 800-171: Awardees are required to implement NIST SP 800-171, as detailed in DFARS 252.204-7019, unless the items are deemed Commercial Off The Shelf (COTS). If COTS, contractors must identify and provide information to the contracting officer during the solicitation period.
  • Specific clauses related to liability insurance, packaging, marking, inspection, and payment are included in the solicitation.

People

Points of Contact

TRICIA WINTERSTEENPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 7, 2026
CLAMP | GovScope