ADJUSTABLE PLATFORM
ID: SPMYM225Q1435Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - PUGET SOUNDBREMERTON, WA, 98314-5000, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

RIGGING AND RIGGING GEAR (2020)

Set Aside

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

    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting proposals for the procurement of an adjustable platform, specifically manufactured in accordance with established material specifications. This opportunity is a total small business set-aside, emphasizing the importance of compliance with federal acquisition regulations and cybersecurity measures, including adherence to NIST SP 800-171 for contractors handling covered defense information. The contract will be awarded as a firm fixed-price supply contract with delivery to the Puget Sound Naval Shipyard in Bremerton, Washington, and interested parties must submit their offers by the revised deadline of May 9, 2025. For further inquiries, potential bidders can contact Naomi Larson at naomi.larson@dla.mil or by phone at 360-813-9244.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a federal solicitation (SPMYM225Q1435) from the Defense Logistics Agency for the procurement of an adjustable height platform from Equiptec, meant for delivery to the Puget Sound Naval Shipyard by June 6, 2025. It outlines the submission procedures, including the requirement that vendors register for electronic invoicing through the Wide Area Workflow (WAWF) system. Emphasizing cybersecurity, the document includes stipulations regarding the safeguarding of sensitive information and the protocols for reporting cyber incidents. Key information also addresses access requirements for contractors entering military bases, requiring Defense Biometric Identification System (DBIDS) credentials and compliant identification. The solicitation encourages small business participation, particularly from service-disabled veteran-owned and women-owned small businesses, and delineates terms for evaluation of submitted offers based on technical compliance, price, past performance, and the delivery timeline. Overall, the document reinforces the federal government's commitment to fair procurement practices while emphasizing security measures and supporting small business participation.
    The document outlines a federal Request for Proposal (RFP) for the acquisition of supplies, specifically an adjustable platform from Equiptec, with specific delivery and inspection criteria. It highlights key procurement protocols, including the requirement for electronic invoicing through Wide Area Workflow (WAWF) and adherence to cybersecurity measures, including the safeguarding of covered defense information per Department of Defense regulations. The RFP is designated for small businesses and emphasizes the necessity for compliance with various federal acquisition regulations, such as ensuring clean past performance records via the Supplier Performance Risk System. Additional security precautions, such as the mandatory use of the Defense Biometric Identification System (DBIDS) for contractor access to military installations, are detailed to enhance installation security. The solicitation includes requirements for offers to be submitted with specific certifications, terms, and conditions to ensure compliance with federal standards. This RFP exemplifies regulatory processes associated with governmental procurement initiatives, emphasizing small business participation and security in defense contracting.
    The document is an amendment to a federal solicitation, specifically extending the submission deadline for offers related to contract SPMYM225Q1435. The new due date is changed from April 16, 2025, to May 9, 2025. All other terms and conditions remain unchanged. The amendment requires bidders to acknowledge receipt before the revised due date or risk their proposal being rejected. It outlines that any changes to previously submitted offers can be made via telegram or letter, provided they reference the solicitation and amendment numbers. The document serves as a formal notification regarding the deadline extension, ensuring that all potential contractors are given the updated timeline for their submissions. This extension reflects a common practice in federal procurement processes aimed at encouraging maximum participation from interested parties.
    Lifecycle
    Title
    Type
    ADJUSTABLE PLATFORM
    Currently viewing
    Solicitation
    Similar Opportunities
    2090 FABRICATED BOOK RACK
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is soliciting proposals for the fabrication of book racks as part of a broader acquisition for shipboard habitability furniture items. This procurement is specifically set aside for small businesses, including Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), and aims to meet NAVSEA technical standards for shipboard use, requiring manufacturers' certification and approval prior to contract award. Interested parties must submit their proposals by November 19, 2025, at 12:00 PM, and are encouraged to direct any inquiries to Anna Rose Fulton at annarose.m.fulton.civ@us.navy.mil. The contract will be awarded based on technical merit, price, and past performance, with shipping terms set as FOB Origin.
    SHIPPING & STORAGE DRUM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting quotes for the procurement of 624 open-head shipping and storage drums (55 gallons) with bolt rings and gaskets, intended for delivery to the Puget Sound Naval Shipyard in Bremerton, Washington. This opportunity is set aside for Women-Owned Small Businesses (WOSB) and requires compliance with various Department of Defense clauses, including those related to item unique identification and electronic invoicing via Wide Area WorkFlow (WAWF). The drums are essential for the storage and transportation of materials within military operations, ensuring compliance with safety and environmental standards. Interested contractors must submit a completed solicitation packet via email or fax to Jack Edwards at jack.edwards@dla.mil or 360-476-4121 by the specified closing date to be considered for the award.
    1.5 INCONEL STUD 3.7
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting bids for the procurement of 1.5 INCONEL STUD 3.7, which must be manufactured in accordance with specified material standards. This opportunity is a total small business set-aside, emphasizing the need for high-strength, corrosion-resistant fasteners that are critical for military applications, particularly in naval shipyard operations. Interested vendors must ensure compliance with various requirements, including submission of certification data, registration in the System for Award Management (SAM.gov), and adherence to delivery timelines to Bremerton, Washington, with a firm fixed-price contract expected to be awarded. For inquiries, potential bidders can contact Naomi Larson at naomi.larson@dla.mil or by phone at 360-813-9244.
    VALVE, STOP CHECK
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is soliciting proposals from qualified small businesses to supply four angle stop-check valves (Part Number M103274). This procurement requires compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, along with specific packaging, marking instructions, and destination inspection and acceptance within seven days. The valves are critical components for military applications, necessitating adherence to strict protocols, including participation in the Joint Certification Program (JCP) for access to technical drawings and compliance with base access requirements at Navy Base Kitsap. Interested vendors must submit a completed solicitation via email to Rosalie Aranzanso at rosalie.aranzanso@dla.mil by the specified deadline, ensuring all requirements are met for their bids to be considered responsive.
    DUCT,FLEXIBLE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is soliciting bids for the procurement of flexible ducts, specifically designed for the U.S. Navy. The required ducts must meet specific material specifications, including being black, 2-ply polyester/neoprene coated with a spring steel wire helix, and must be UL-94-V-0 listed and labeled as "FIRE RESISTANT PROPERTY OF US NAVY." This procurement is critical for ensuring the operational readiness and safety of naval equipment, with delivery scheduled to the Puget Sound Naval Shipyard IMF in Bremerton, Washington, in January and February 2026. Interested vendors, particularly those classified as Women-Owned Small Businesses (WOSB), must submit their quotes and comply with various requirements, including registration in SAM.gov and adherence to specified FAR and DFARS clauses, with all inquiries directed to Naomi Larson at naomi.larson@dla.mil.
    Repair and Modernization IDIQ YC-UF-UFDD
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), is seeking industry capabilities for a future supply contract focused on the repair and modernization of U.S. Navy waterborne barges, specifically YC, UF, and UFDD types, located in various sites across Washington State. Contractors will be responsible for a range of services including vessel husbandry, welding, painting, electrical repairs, and mechanical system overhauls, all while adhering to military and federal standards and managing hazardous materials. This procurement is critical for maintaining the operational readiness of the Navy's fleet, with a five-year ordering period anticipated to commence in Spring 2026. Interested parties must submit their notice of interest and capability statements by 12:00 PM PT on November 19, 2025, to the designated government contacts, Jeff Jaeckel and Christopher Campbell, via email.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking qualified contractors for a Firm-Fixed-Price contract focused on the maintenance, repair, and preservation of the Harbor Tug, Medium (YT-810 Deception). The project entails comprehensive tasks including vessel cleaning, hull preservation, various system repairs, and adherence to strict quality and safety standards, with the work scheduled to take place from March 19 to June 11, 2026, within the defined Puget Sound region. This procurement is a total small business set-aside under NAICS code 336611, emphasizing the importance of high-quality marine industry workmanship for government operations. Interested contractors must submit their quotes by December 5, 2025, and are encouraged to reach out to Alice Robertson or Chris Davidson for further inquiries regarding the solicitation.
    Forklift and Aerial Working Platforms (AWP) Rental
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), is seeking quotes for a five-year contract for the rental of forklifts and Aerial Working Platforms (AWP) at Naval Air Station North Island in San Diego, California. This procurement aims to secure non-personal rental services for various heavy equipment necessary for material handling and accessing hard-to-reach areas, ensuring that all machinery meets specific technical and safety standards. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by 9:00 AM PST on November 20, 2025, and questions accepted until November 14, 2025. Interested vendors must ensure they are registered in SAM and submit all required documentation, including a complete pricing structure and compliance with applicable FAR and DFARS clauses.
    20--SLIDER ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Slider Assembly (NSN 2040200012647) intended for delivery to the USS Anchorage (LPD 23). The requirement includes a quantity of one unit, with a delivery timeline of 20 days after order placement. This assembly is crucial for the operational readiness of naval vessels, highlighting its importance in maintaining maritime capabilities. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    END BRUSH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting quotes for the procurement of end brushes, specifically Osborn Part 30017 or Weiler Part 10027, to be delivered to the Puget Sound Naval Shipyard in Bremerton, Washington. The requirement includes a total quantity of 5,004 units, with specific technical specifications regarding diameter, shank size, and wire size, and delivery is expected by December 18, 2024. This procurement is a 100% Small Business Set-Aside, emphasizing the government's commitment to utilizing small businesses, particularly those owned by veterans and women. Interested vendors must submit their completed quotes via email to Kim Vo at kim.vo@dla.mil by 10 AM Pacific Time on November 26, 2024, ensuring compliance with all solicitation requirements and registration in the SAM system.