REGULATOR, AIRLINE

SOL #: SPMYM226Q5891Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

Safety And Rescue Equipment (4240)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 26, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 3, 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 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.

People

Points of Contact

Vera AndersonPRIMARY

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 2, 2026
Version 2
Solicitation
Posted: Mar 26, 2026
View
Version 1
Solicitation
Posted: Mar 26, 2026
View
REGULATOR, AIRLINE | GovScope