DH CONTROL - ALARM SYSTEM
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 has issued a Solicitation for a DH CONTROL - ALARM SYSTEM. This acquisition is a Firm Fixed-Price contract and is designated as a Total Small Business Set-Aside. The opportunity seeks to procure specific control and alarm system components for delivery to Bremerton, WA. Offers are due May 1, 2026, at 08:00 AM Pacific Time.
Scope of Work
This solicitation is for the DH CONTROL/ALARM SYSTEM, P/N: 9332, manufactured by Newport Scientific - HygroDynamics. The required assembly includes a Central Alarm Unit (PC7), four Dehumidifier Station Control Units (PC8), a Power Relay (PC5), and a Capacitor (PC6). Key requirements include contractor retention of supply chain traceability documentation, notification of manufacturing phase-out or discontinuation, and use of Vendor Shipment Module (VSM) for shipping documentation. Packaging and marking must comply with ASTM-D-3951, and Unique Item Identification (IUID) is required for items with a unit acquisition cost of $5,000 or more.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334419 (Size Standard: 750 employees)
- Issue Date: April 29, 2026
- Offer Due Date: May 1, 2026, 08:00 AM Pacific Time
- Place of Performance: Bremerton, WA, United States
- Payment: Wide Area Work Flow (WAWF)
Submission & Evaluation
To be considered responsive, offers must be submitted electronically via email to jack.edwards@dla.mil by the closing date. The solicitation packet must be completed in its entirety, including filling out box 17A, signing page 1 boxes 30 a, b, and c, providing a CAGE code, quoting FOB Destination Bremerton, WA, annotating lead time, and identifying the manufacturer and country of manufacturing. A signed and completed solicitation must be submitted. Evaluation will be based on price and other factors detailed in Section M.
Eligibility & Compliance
This is a 100% Small Business set-aside. Contractors must comply with various FAR and DFARS clauses related to cybersecurity, supply chain security, labor standards, and representations and certifications. If the contractor is required to implement NIST SP 800-171, a current assessment (not more than 3 years old) is necessary, unless the items are Commercial Off The Shelf (COTS) and identified as such to the contracting officer during the bid period. Access to Navy Base Kitsap installations requires a Defense Biometric Identification System (DBIDS) credential.