SALMON CLOTH
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 SALMON CLOTH under a Total Small Business Set-Aside. This opportunity seeks 200 rolls of specialized cloth compliant with MIL-DTL-24576 TY-I CLASS II for delivery to Bremerton, WA. Proposals are due May 9, 2026, at 3:00 PM EDT.
Scope of Work
The requirement is for 200 rolls of SALMON CLOTH, specified as 38"W X 0.013" (+/-0.005") or (0.33MM NOM) THK, 50 YDS LONG. The cloth must comply with MIL-DTL-24576B, Type I Silica glass, Class II Lightweight, and be tested per ASTM D6413. Key performance requirements include a maximum char length of 1.5", maximum after flame of 1", maximum after glow of 2", no molten or flaming droplets, and a satin weave. The product must be wrapped, not boxed, and packaging and marking must adhere to MIL-DTL-129 and MIL-STD-129, respectively.
Contract Details
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 314999, Size Standard: 550 employees
- Contract Type: Firm Fixed Price for Item 0001; Cost No Fee for Item 0002AA.
- Place of Performance/Delivery: FOB Destination Bremerton, WA 98314.
- NIST SP 800-171: Required for awardees unless items are Commercial Off The Shelf (COTS), which must be identified during the bid period.
Submission Requirements
To be considered responsive, bidders must:
- Complete and return the solicitation packet, including filling out box 17A, reading box 28, and signing page 1 boxes 30 a, b, and c.
- Provide their CAGE code.
- Quote FOB Destination Bremerton, WA.
- Annotate the lead time.
- Annotate the name of the manufacturer and the product's country of manufacturing.
- Check applicable boxes in Clause 52.204-24 (2)(d) (1) and (2).
- Submit a signed and completed solicitation via email or fax to Jack Edwards (jack.edwards@dla.mil).
- A Certificate of Compliance (CDRL A001, DI-MISC-81356A) for CLOTH, SALMON, is required and must be submitted via the Wide Area Workflow (WAWF) e-Business Suite, with acceptance/rejection occurring with the corresponding material.
Deadlines & Contact
- Proposal Due Date: May 9, 2026, at 3:00 PM EDT.
- Primary Contact: JACK EDWARDS, JACK.EDWARDS@DLA.MIL, Phone: 360-813-9577, Fax: 360-476-4121.
Additional Notes
Offerors must obtain a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station. Unique Item Identification (IUID) is required for items with a Government's unit acquisition cost of $5,000 or more.