CLOTH
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 quotes for CLOTH, FILAMENT, SILICA under a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. This is a Firm Fixed Price acquisition for textile fabrics to be delivered to Bremerton, WA. Quotes are due by April 10, 2026, at 09:00 AM.
Scope of Work
This solicitation (SPMYM226Q5997) is for CLOTH, FILAMENT, SILICA, 1/4" THK, 75 SQ/FT ROLL, MULTI-LAYERED 3-DIM-L-WOVEN CLOTH, FLAME/HEAT PROTECTIVE MATERIAL, IAW MIL C 24576A, P/N: PS-MKT-6.0(GR-6), MFG: PYRO SHIELD, DOC/MILSTRIP 6064-7919. The required quantity is 750 Square Feet. The material must comply with MIL C 24576A.
Contract & Timeline
- Contract Type: Solicitation (Firm Fixed Price)
- Solicitation Number: SPMYM226Q5997
- Product Service Code: 8305 (Textile Fabrics)
- NAICS: 313210 (Size Standard: 1000 employees)
- Published Date: April 9, 2026
- Offer Due Date: April 10, 2026, 09:00 AM (Pacific Time)
- Place of Performance: Bremerton, WA 98314, United States
Submission & Evaluation
Quotes can be submitted electronically via SAM.gov or by email/fax. To be deemed responsive, quotes must:
- Complete and return the solicitation packet.
- Fill out box 17A, read box 28, and sign page 1 boxes 30 a, b, and c.
- Provide CAGE code.
- Quote FOB Destination Bremerton, WA.
- Annotate lead time.
- Annotate manufacturer name and country of manufacturing.
- Return all required information with the quote.
- Check applicable boxes in Clause 52.204-24 (2)(d)(1) and (2).
NIST SP 800-171 Requirement: Contractors (awardees) must have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019, unless a lesser time is specified. Items deemed Commercial Off The Shelf (COTS) are exempt, but must be identified to the contracting officer during the solicitation period.
Eligibility / Set-Aside
This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14). It is 100% set aside for NAICS 313210.
Additional Notes
- Payment will be made via Wide Area Work Flow (WAWF).
- Defense Biometric Identification System (DBIDS) credential is required for base access.
- All deliveries must pass through the base Truck Inspection Station.
- Primary Contact: JACK EDWARDS, jack.edwards@dla.mil, Phone: 360-813-9577, Fax: 360-476-4121.