CORROSION SCANNER
SOL #: SPMYM226Q7280Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States
Place of Performance
Bremerton, WA
NAICS
Other Measuring and Controlling Device Manufacturing (334519)
PSC
Physical Properties Testing And Inspection (6635)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
May 14, 2026
2
Submission Deadline
May 15, 2026, 11:00 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 DLA MARITIME PUGET SOUND is soliciting proposals for a CORROSION SCANNER and related items, including PAUT Probes and Couplant. This is a 100% Small Business Set-Aside for a firm fixed-price supply contract, with delivery to Puget Sound Naval Shipyard, Bremerton, WA. The opportunity is identified as sole source to Evident Scientific. Offers are due May 15, 2026, at 04:00 PM.
Scope of Work
This solicitation seeks to procure specific corrosion scanning equipment and accessories. Key items include:
- CORROSION SCANNER REX2 CORROSION MAPPING SCANNER KIT
- CORROSION SCANNER HYDROFORM2 CORROSION MAPPING SCANNER
- PAUT PROBE STANDARD PHASED ARRAY PROBE
- COUPLANT AQUALENE LOW-ATTENUATION ELASTOMER COUPLANT All listed items are specified as sole source to Evident Scientific (9DV74).
Contract Details
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334519 (Other Measuring and Controlling Device Manufacturing)
- PSC: 6635 (Physical Properties Testing And Inspection)
- Delivery: FOB Destination to Puget Sound Naval Shipyard, Bremerton, WA.
- Payment: Via Wide Area Work Flow (WAWF).
- NIST SP 800-171: Required for non-COTS items, unless identified as Commercial Off The Shelf (COTS) and information provided to the contracting officer.
Submission & Evaluation
- Offer Due Date: May 15, 2026, at 04:00 PM.
- Submission Requirements: Offerors must complete pricing for each CLIN, provide CAGE code, complete all representations and certifications, provide manufacturer information, return all signed solicitation pages, ensure current SAM.gov registration, and include lead time for delivery (FOB destination).
- Evaluation Factors: Award will be based on Technical, Price, and Performance factors.
Eligibility & Notes
- This acquisition is 100% set aside for Small Business, with a NAICS size standard of 600 employees.
- Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access.
- Unique Item Identification (UII) is required for items with a Government's unit acquisition cost of $5,000 or more, or as otherwise specified.
- Offers wishing to submit a quote are responsible for downloading the RFQ and monitoring the site for amendments.
Contact Information
All questions regarding the solicitation must be submitted via email to NAOMI LARSON at naomi.larson@dla.mil.
People
Points of Contact
NAOMI LARSONPRIMARY
Files
Files
Versions
Version 1Viewing
Solicitation
Posted: May 14, 2026