CLOTH

SOL #: SPMYM226Q5997Solicitation

Overview

Buyer

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

Place of Performance

Bremerton, WA

NAICS

Broadwoven Fabric Mills (313210)

PSC

Textile Fabrics (8305)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Apr 9, 2026
2
Submission Deadline
Apr 10, 2026, 4:00 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 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.

People

Points of Contact

JACK EDWARDSPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 9, 2026
CLOTH | GovScope