WELD ROD
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 WELD ROD (Level 1), manufactured to material specifications, for delivery to Puget Sound Naval Shipyard IMF, Bremerton, WA. This is a Firm Fixed-Price supply contract. Offers are due by March 23, 2026, at 10:00 AM PST.
Scope of Work
This opportunity procures various types of WELD ROD, specifically MIL-RCOCr-A-3, with a 1/8" diameter and 12"-18" length. The material is designated as "SPECIAL EMPHASIS" (Level I) due to its critical use in shipboard systems, requiring strict control and quality assurance. Specific National Stock Numbers and material specifications (e.g., MIL-R-17131) are provided across multiple Contract Line Items (CLINs).
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Delivery: FOB Destination to Puget Sound Naval Shipyard IMF, Bremerton, WA 98314-5001. Delivery is required on or before March 31, 2026.
- Set-Aside: Unrestricted (updated from Small Business by amendment).
- Product Service Code: 3439 (Miscellaneous Welding, Soldering, And Brazing Supplies And Accessories).
- Response Date: March 23, 2026, at 10:00 AM PST.
- Published Date: March 19, 2026.
Submission & Evaluation
Offers must be submitted via email to vera.anderson@dla.mil. Vendors are responsible for downloading the RFQ and monitoring for amendments. Submissions must include a fully completed and signed solicitation, CAGE Code, company size, commercial item status, lead time, pricing for each CLIN (FOB Destination), manufacturer's name and CAGE code, country of manufacturing, part number, and manufacturer's specification sheets. Redacted quotes from manufacturers/distributors are also required. All representations and certifications must be completed, and current SAM.gov registration is mandatory.
Evaluation will be based on Technical, Price, and Performance factors. Quotes lacking necessary information will be deemed non-responsive.
Key Requirements
- Quality Assurance: Vendors and manufacturers must be qualified to MIL SPECS or ISO 9000 System Series, with an effective quality assurance control system. An electronic copy of the documented Quality Management System (QMS) is required prior to the closing date.
- Traceability & Certification: Strict traceability and certification requirements for Non-Nuclear Level I/Subsafe Materials are detailed, including Objective Quality Evidence.
- NIST SP 800-171: If not a Commercial Off The Shelf (COTS) item, contractors must have a current NIST SP 800-171 assessment (not more than 3 years old). COTS items are exempt but must be identified during the bid.
- CDRLs: Numerous Contract Data Requirements Lists (CDRLs) are included, detailing requirements for inspection and test plans, quality management systems, certification data, and compliance reports.
- Packaging & Marking: Adherence to transportation regulations for hazardous materials and mandatory pallet usage. Unique Item Identification (UII) is required.