REGULATOR, AIRLINE
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 REGULATOR, AIRLINE and associated components (CLINs 0001-0010) under solicitation number SPMYM226Q58910001. This is an UNRESTRICTED procurement for commercial items, with all listed parts identified as sole source from 3M. The resultant award will be a Firm Fixed-Price supply contract for delivery to the Puget Sound Naval Shipyard IMF in Bremerton, WA. Offers are due by April 3, 2026, at 04:00 PM local time.
Scope of Work
This solicitation covers the procurement of various "REGULATOR, AIRLINE" components, including:
- REGULATOR, AIRLINE (P/N: 7012635194)
- DIAPHRAGM (P/N: 7012635044)
- O-RING#17 (P/N: 1010237994)
- RING, RETAINING (P/N: 1010237846)
- VALVE, CYLINDER (P/N: 7100293238)
- FILTER (P/N: 1010237685)
- SEAT, SLEEVE (P/N: 7012635238)
- O-RING SEAT (P/N: 7012473161)
- SEAT, VLV (P/N: 7012635239)
- O-RING, PISTON (P/N: 7012513076) All items are specified as "APPROVED SOLE SOURCE: 3M".
Contract Details
- Contract Type: Firm Fixed-Price supply contract, utilizing commercial and simplified acquisition procedures (FAR Parts 12 and 13.5).
- Set-Aside: UNRESTRICTED.
- NAICS: 339113 (Size Standard: 1400 employees).
- Place of Performance: Puget Sound Naval Shipyard IMF, Bremerton, WA.
- Delivery: FOB Destination, requested by April 24, 2026.
- Payment: Via Wide Area WorkFlow (WAWF).
- Inspection: 7-day inspection period (QA 4).
Submission Requirements & Evaluation
Offerors must submit a complete and signed solicitation package, including:
- Company and facility CAGE codes, company size (Small/Large).
- Confirmation of commercial item/COTS status.
- Lead time/delivery date.
- Pricing for each CLIN (FOB Destination Bremerton, WA).
- Manufacturer name, CAGE code, country of manufacturing, and part numbers.
- Manufacturer's specification sheets and a redacted quote/email from the manufacturer/distributor.
- Completed representations and certifications.
- Current SAM.gov registration.
- Compliance with NIST SP 800-171 (unless COTS exempt).
- Traceability to the manufacturer (e.g., authorized dealer letter). Evaluation will be based on Technical, Price, and Performance factors.
Key Dates & Contact
- Offers Due: April 3, 2026, at 04:00 PM local time.
- Published Date: April 2, 2026.
- Primary Contact: Vera Anderson (vera.anderson@dla.mil).
- Note: Defense Biometric Identification System (DBIDS) credentials are required for base access. Clause 252.211-7003 (Item Unique Identification and Valuation) has been modified.