DATA PROCESSOR
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 a DATA PROCESSOR and related accessories and services. This unrestricted solicitation is for commercial items and will result in a firm fixed-price supply contract. The procurement is sole-sourced to FLUKE CORPORATION. Delivery is to DLA Distribution Puget Sound Everett, WA. Offers are due by April 13, 2026, 10:00 AM PST.
Scope of Work
This acquisition includes:
- Data Processor (HAZLOC) with a one-year renewable warranty.
- Transit Case for Trio Data Collectors.
- Trio Triaxial Accelerometer with integrated cable and a one-year non-renewable warranty.
- Trio Version 4.0 software with a one-year renewable warranty.
- Magnet Mounting base.
- Service and Support Agreement Extension for Trio DP and ExpertAlert.
- Controller (10-inch) and accessories.
Contract & Timeline
- Type: Firm Fixed-Price Supply Contract
- Set-Aside: Unrestricted
- NAICS: 334290 (Size Standard: $14 Million)
- PSC: 5895 (Miscellaneous Communication Equipment)
- Offer Due: April 13, 2026, 10:00 AM PST
- Published: April 9, 2026
- Period of Performance: Anticipated to end November 2025
- Delivery: Requested by April 17, 2026, FOB Destination to DLA Distribution Puget Sound Everett, WA.
Evaluation
Proposals will be evaluated based on Technical, Price, and Performance factors. The solicitation incorporates FAR clauses 52.212-1, 52.212-3, and 52.212-4.
Additional Notes
This is a sole source procurement to FLUKE CORPORATION. Contractors must ensure current registration in SAM.gov. If items are not Commercial Off The Shelf (COTS), contractors must comply with NIST SP 800-171 requirements as detailed in DFARS 252.204-7019, with a current assessment (not more than 3 years old). COTS items are exempt but must be identified to the contracting officer. Payment will be made via Wide Area Work Flow (WAWF). Contractors require a Defense Biometric Identification System (DBIDS) credential for base access. All questions must be submitted via email to naomi.larson@dla.mil.