FLEXIBLE DUCT
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
DLA MARITIME PUGET SOUND intends to procure FLEXIBLE DUCT under a 100% Small Business Set-Aside. This is a firm fixed-price supply contract for commercial items, with delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Offers are due by April 28, 2026, at 02:00 PM local time.
Scope of Work
This solicitation is for DUCT, FLEXIBLE, specifically 8-1/2" ID x 25' LG, BLACK, 2-PLY POLYESTER/NEOPRENE COATED W/SPRING STL WIRE HELIX. The ducting must meet UL-94-V-0 standards and be labeled. A key requirement is for "FIRE RESISTANT PROPERTY OF US NAVY" to be stenciled or ink printed on the ducting. The required quantity is 200 each.
Contract Details
- Contract Type: Firm Fixed Price supply contract
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332999 (Size Standard: 750 employees)
- Product Service Code (PSC): 4720 (Hose And Flexible Tubing)
- Place of Performance: Puget Sound Naval Shipyard, Bldg 514 D1, 1400 Farragut Ave, Bremerton, WA 98314-5001
- Published Date: April 27, 2026
- Response Date: April 28, 2026, 02:00 PM local time
- Period of Performance: Indicated as November 2025 (from document summary, likely delivery or award period)
Submission Requirements
All responsible sources interested in submitting offers must:
- Complete pricing for each CLIN listed.
- Provide CAGE code.
- Complete all representations and certifications found in the solicitation.
- Provide manufacturer information of proposed items. Offerors must provide manufacturer specifications for technical evaluation if offering an "equal-to" material.
- Return all pages of the completed original solicitation package, signed.
- Ensure current registration in the System for Award Management (SAM.gov).
- Include lead time for delivery (FOB destination).
Compliance & Notes
- NIST SP 800-171: If the contractor is required to implement NIST SP 800-171, a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019 is required. Items deemed Commercial Off The Shelf (COTS) are exempt from this requirement, but must be identified and information provided to the contracting officer during the solicitation period.
- Payment: Will be made via Wide Area Work Flow (WAWF).
- Inspection: Inspection and acceptance will be at destination, with a Quality Assurance (QA) inspection period of 4-7 days.
- Base Access: Contractors must obtain a Defense Biometric Identification System (DBIDS) credential for base access.
- Monitoring: Offerors are responsible for downloading the RFQ and monitoring the site for amendments.
Contact Information
All questions regarding the solicitation shall be submitted via email to NAOMI LARSON at naomi.larson@dla.mil.