This amendment, number SPMYM226Q51750001, extends the response deadline for solicitation number SPMYM226Q5175 from December 9, 2025, at 4 PM Pacific Standard Time, to December 12, 2025, at 4 PM Pacific Standard Time. Issued by DLA MARITIME - PUGET SOUND, this modification updates the solicitation's terms. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. The amendment was created on December 11, 2025.
This document, Amendment/Modification Number SPMYM226Q51750002, dated December 15, 2025, extends the response deadline for a solicitation. The original response due date of December 12, 2025, at 4:00 PM, has been changed to December 15, 2025, at 2:00 PM. This amendment modifies the solicitation issued by DLA MARITIME - PUGET SOUND, specifically addressing an extension of the offer receipt period. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered.
This government solicitation, SPMYM226Q5175, is a Women-Owned Small Business (WOSB) Request for Proposal (RFP) for commercial products and services, specifically for a "BEARING WASHER THRUST." The solicitation, issued by DLA Maritime - Puget Sound, details requirements for the supply of 40 units of the washer with a firm fixed price. Key aspects include strict adherence to mercury exclusion, liability insurance requirements, and mandatory use of the DLA Vendor Shipment Module (VSM) for shipping documentation. Contractors must have an active account in the Joint Certification Program (JCP) to access technical drawings. The document also outlines comprehensive quality control measures, including product inspection at destination, non-conformance procedures, and a 150-calendar day delivery schedule. Detailed instructions for electronic invoicing through Wide Area WorkFlow (WAWF) are provided, along with various FAR and DFARS clauses covering areas such as safeguarding contractor information systems, variations in quantity, and compliance with socio-economic programs like the Buy American Act. Base access for contractors at Navy Base Kitsap installations requires Defense Biometric Identification System (DBIDS) credentials or one-day visitor badges with proof of U.S. citizenship.
The government requires JML DOC# 5282-1356 material for scheduled ship maintenance to prevent significant financial losses from service delays. A shortage of this material was identified approximately a year ago, and the current stock system will not replenish in time. Despite submitting requests for quotes, only one suitable vendor (BLUSA DEFENSE MANUFACTURING) was found after multiple submissions and follow-ups. The full quantity of this material is critically needed by December 2, 2025, with a 150-day ARO (After Receipt of Order) lead time, to ensure the ship's maintenance schedule is met.