WIRE ROPE

SOL #: N0040626Q0101Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States

Place of Performance

Place of performance not available

NAICS

Other Fabricated Wire Product Manufacturing (332618)

PSC

Fittings For Rope, Cable, And Chain (4030)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 15, 2026
2
Submission Deadline
Apr 22, 2026, 5:00 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 Fleet Logistics Center Puget Sound (FLCPS), under the Department of the Navy, is soliciting proposals for HOISTING WIRE ROPE ASSEMBLY. This acquisition is a Total Small Business Set-Aside and seeks to procure four units of specific wire rope assemblies. Quotes are due by April 22, 2026, at 10:00 AM local time.

Scope of Work

The primary deliverable is a HOISTING WIRE ROPE ASSEMBLY with a swaged soft eye at one end. Key specifications include:

  • Diameter: 5/8 inch
  • Construction: 6 by 19 Warrington type, 305 CRES STL, 7 by 7 Independent Wire Rope Core
  • Lay: Regular Lay or Left Lay
  • Minimum Breaking Strength: 32,000 LBS
  • Length: 70 ft minimum - 73.5 ft maximum
  • Fabrication Method: AS SW570-F0-MMO-040 Items require DoD unique identification or a DoD recognized equivalent.

Contract & Timeline

  • Contract Type: Firm Fixed-Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4030 (Fittings For Rope, Cable, And Chain)
  • Quotes Due: April 22, 2026, 10:00 AM local time
  • Questions Deadline: 3 days prior to the solicitation's closing date
  • Published Date: April 15, 2026
  • Anticipated Award Date: May 2026

Evaluation

Quotes will be evaluated in accordance with RFO 12.203. The Government will select the most advantageous offer based on the following factors, in no order of relative importance: technical (including delivery date), price, and past performance. A single award is anticipated for all items. Offerors must note any exceptions to the solicitation's terms; failure to do so implies full acceptance.

Additional Notes

Offerors must be registered with SAM.gov to receive an award. Drawings, references, and TGIs are available to quoters listed on the Joint Certification Program (JCP) website; quoters may request these by providing their CAGE code and DD-2345. Invoices will be submitted via WAWF (Wide Area WorkFlow). Vendors are responsible for ensuring cargo tendered to Air Mobility Command (AMC) is packed, marked, labeled, and documented per DTR 4500.9-R, Part II. Shipment must be via a fully traceable commercial freight method. Inspection and acceptance will occur at the destination.

Contracting Officer: Jeannine Cunningham (Jeannine.l.cunningham.civ@us.navy.mil)

People

Points of Contact

Jeannine CunninghamPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 15, 2026
WIRE ROPE | GovScope