ROD, WELDING (LEVEL 1)
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 Level 1 Welding Rods (Copper Aluminum Alloy, MIL-CuAl-A2, Form-6, Size-3/32") for critical shipboard systems. This is an unrestricted, firm fixed-price supply contract requiring stringent quality assurance and traceability. Offers are due May 1, 2026, at 3:00 PM.
Scope of Work
The procurement is for welding rods that meet MIL-DTL-23765 REV C and MIL-E-23765/3 REV A specifications. These are designated as "SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured)" due to their critical use where failure could lead to serious personnel injury, loss of life, or damage to vital shipboard systems.
Key Requirements
- Quality Assurance: Vendors and manufacturers must be qualified to MIL SPECS or ISO 9000 System Series. A minimum ISO-9000 compliant quality assurance control system is required, with specific adherence to MIL-I-45208, ISO9001:2008, ISO 17025, ISO 9001/9002. Calibration systems must comply with MIL-STD-45662, ISO10012, or ANSI-Z540.1/Z540.3.
- Documentation: Submit an electronic copy of your Supplier Quality Manual (SQM) (e.g., MIL-I-45208 or ISO9001:2008) prior to the closing date. Provide material certification data (chemical/mechanical analysis) and a Certificate of Compliance (COC) per lot.
- Traceability: Manufacturer traceability is required upon award, and material traceability from source to finished component is essential.
- Compliance: Ensure mercury exclusion, compliance with packaging/marking regulations (DOT, ICAO, IATA), and hazardous material preparation. NIST SP 800-171 compliance is required unless items are identified as Commercial Off The Shelf (COTS).
- Post-Award Deliverables: Contractors will be required to provide specific data items as outlined in DD Form 1423-1 (CDRLs), including inspection/test plans and certification data.
Submission & Evaluation
- Pricing: Provide FOB Destination pricing to Bremerton, WA 98314, including lead time.
- Information Required: Complete pricing for each CLIN, CAGE code, all representations/certifications, and manufacturer details (name, qualification level, CAGE code, country of manufacture).
- Format: Return the signed, completed original solicitation package. Any exceptions to specifications must be clearly annotated. Incomplete quotes will be deemed non-responsive.
- Eligibility: Offerors must have current SAM.gov registration.
- Evaluation: Award will be made to the offeror most advantageous to the Government, considering price and other factors.
Contract & Timeline
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: Unrestricted
- Estimated Value: Over $15,000.00
- Offer Due Date: May 1, 2026, at 3:00 PM (Eastern Time, assuming based on DLA).
- Published Date: April 28, 2026
- Contact: Technical questions must be emailed to NAOMI LARSON (naomi.larson@dla.mil).