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
    VARIOUS ITEMS TO BE ETCHED, PRINTED OR ENGRAVED
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime Puget Sound is conducting market research to identify potential suppliers for various items to be etched, printed, or engraved, including clothing and accessories such as jackets, hoodies, and speakers. The procurement includes a total of 950 Women's Carhartt Jackets, 242 Helly Hansen Waterproof Jackets, and other items totaling over 4,000 units, all requiring specific lettering ("PSNS & IMF PDQ") to be applied in Times New Roman font. This initiative is crucial for ensuring the availability of specialized clothing and gear for military personnel, with responses to the sources sought notice due by 10:00 a.m. PST on December 19, 2025. Interested vendors should submit their capability statements to Naomi Larson at naomi.larson@dla.mil, as there is no solicitation at this time.
    J999 Machine Lower Bearing Staves of Rudder Service
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting proposals for the machining of lower bearing staves of rudder service for a U.S. Navy ship stationed in Yokosuka, Japan. This procurement is set aside for small businesses and aims to secure specialized marine repair services, adhering to strict compliance with both U.S. and Japanese regulations, safety, and environmental standards. The contract will be a firm-fixed-price type, with a performance period from February 1 to March 31, 2027, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil and are encouraged to monitor the SAM.gov website for updates and amendments to the solicitation.
    BEAM CLAMPS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting quotes for the procurement of "BUTTON-LOK" adjustable beam clamps or equivalent, under solicitation number SPMYM226Q5166. The procurement includes four line items for beam clamps with varying capacities and jaw openings, requiring compliance with ASME B30.20 and ASME BTH-1 standards, and a design factor of 5. These clamps are critical for rigging and lifting operations, ensuring safety and reliability in military applications. Interested vendors must submit their completed solicitation packets, including specific product details and compliance information, to Jack Edwards via email or fax by the specified closing date to be considered for award.
    DUCT,FLEXIBLE
    Dept Of Defense
    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.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    22-25-1009 two(2) Fives Giddings & Lewis PT 1500 Plain Table CNC Horizontal Boring Mills (HBM) with Integrated Contouring Heads (ICH)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of one Fives PT 1500 Plain Table CNC Horizontal Boring Mill (HBM) with an Integrated Contouring Head (ICH), with an option to purchase a second unit at a later date. This procurement aims to fulfill the government's requirements for advanced machining capabilities, which are critical for operations at the Puget Sound Naval Shipyard, including tooling, training, foundation work, and equipment removal. The solicitation has been amended to extend the closing date to December 29, 2025, and requires offers to remain valid for 120 days. Interested vendors should direct inquiries to Christina Gibbs at christina.gibbs@dla.mil for further details.
    20--CRADLE,BOAT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a boat cradle (NSN 2090013091819) intended for delivery to the USNS Joshua Humphreys (Hull T AO 188). The solicitation is for one unit, with a delivery timeline of 20 days after award, and the approved source for this item is 63504 D406560. This procurement is crucial for maintaining operational readiness and support for naval vessels, ensuring they are equipped with necessary marine equipment. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    53--PLATE,MOUNTING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 40 units of NSN 5340015270793, specifically a mounting plate. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated two orders per year and a guaranteed minimum quantity of six. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their importance in supporting military logistics and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    SKID, TUBE ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Skid, Tube Assembly for the C/KC-135 Aircraft. This contract, which is a Total Small Business Set-Aside, requires the delivery of 40 units over a six-month term, with a delivery schedule of 406 days after receipt of order. The items are critical application components classified under the NAICS code 336413 and PSC code 1620, emphasizing their importance in aircraft landing gear systems. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) around December 24, 2025, with evaluations based on price, past performance, and other factors. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    Slewing Arm Davit (SLAD)
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the Slewing Arm Davit (SLAD), a critical piece of deck machinery. This procurement aims to acquire a specialized system for overhead traveling crane, hoist, and monorail applications, which are essential for various naval operations. The contract is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in defense contracting. Interested vendors should reach out to Ryan Cunningham at ryan.t.cunningham3.civ@us.navy.mil or call 445-232-2103 for further details and to ensure their proposals align with the requirements outlined in the solicitation.