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
    J999 Machine Lower Bearing Staves of Rudder Service
    Buyer not available
    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.
    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.
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    Lease of Small Craft
    Buyer not available
    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.
    20--CRADLE,BOAT
    Buyer not available
    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 requirement includes a single unit to be delivered within 20 days after order, with the approved source being 63504 D406560. This procurement is crucial for maintaining operational readiness and support for naval vessels. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    10--TRAVERSE,ADJUSTING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four units of the TRAVERSE, ADJUSTING (NSN 1005131169110). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of these components in military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can reach out to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    SWAGE KIT ASSEMBLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the assembly of a swage kit under a presolicitation notice. This procurement will be conducted on a full and open competition basis, with the intention of awarding a firm-fixed price supply contract, primarily aimed at small businesses as indicated by the total small business set-aside designation. The swage kit is crucial for military operations, emphasizing the importance of reliable power-driven hand tools in maintaining operational readiness. Interested parties should prepare to submit their proposals by December 11, 2025, following the solicitation's expected posting on SAM.gov around December 8, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at denise.e.manor.civ@us.navy.mil.
    20--BUOY,MOORING
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of three mooring buoys (NSN 2050016810554) to be delivered to the Naval Special Warfare Group 8 within 20 days after order placement. This solicitation is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in fulfilling defense-related contracts. The procurement is critical for maritime operations, ensuring that the necessary equipment is available for naval activities. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.