Opportunity
SAM #SPMYM226Q5972
Procurement of MasterMover TOW 1000 ES Mast Mover Device (Tugger) for Naval Base Kitsap, Bangor
Buyer
DLA Maritime Puget Sound
Posted
April 07, 2026
Respond By
April 09, 2026
Identifier
SPMYM226Q5972
NAICS
333618, 423860
This opportunity involves the procurement of a Mast Mover Device (Tugger) for the U.S. Navy's Trident Refit Facility at Naval Base Kitsap, Bangor, managed by DLA Maritime - Puget Sound. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Puget Sound Contracting Division (DLA-PME), in coordination with the U.S. Navy's Trident Refit Facility (TRF), Bangor - OEMs and Vendors: - MasterMover Inc. is specified as the OEM for the TOW 1000 ES Tugger (Part Number: Z86-00100), or equal products are acceptable - Products/Services Requested: - Mast Mover Device (TOW 1000 ES Tugger), Part Number Z86-00100, quantity: 1 - Includes modifications and accessories: Coupling Mail Pin (X86-00600), Flashing Safety Light and Motion Beeper (Z86-00500), Machine Crawl Coupling Assist (Z86-00501), Two Speed Selector Switch (Z86-00505), Battery Protection System (Z86-00506), Battery Pack (Z86-00301), Charger (Z86-00400), IP55 Modification (factory) - Operation, Maintenance, and Repair Manuals (2 copies), including mechanical/electrical schematics, system interface documents, and no asbestos certification - On-site and virtual training for equipment operation and familiarization - Technical data package, NRTL certification, warranty performance report - Unique or Notable Requirements: - Device must meet OSHA and NRTL safety certifications - Delivery required within 120 days of contract award (or by specified date) - Strict safety, security, and access protocols at Naval Base Kitsap, Bangor - Manuals must be in English and imperial units, suitable for journeyman-level troubleshooting - Compliance with NIST SP 800-171 cybersecurity requirements unless item is COTS and properly identified - Item unique identification and warranty reporting required - Small business set-asides (HUBZone, SDVOSB, WOSB) apply - Place of Performance/Delivery: - Naval Base Kitsap, Bangor (TRF, Bangor) and NAVIMFAC PACNORWEST, Silverdale, WA
Description
THE ATTACHED SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV
FOR YOUR BID TO BE DEEMED RESPONSIVE IT MUST INCLUDE: COMPLETED AND SIGNED SOLICITATION, MFR., COUNTRY OF ORIGIN, LEAD TIME FOR DELIVERY (please quote FOB destination).
IF ALTERNATE ITEM IS QUOTED IT MUST HAVE MFR, COUNTRY OF ORIGIN, SPEC SHEET TO BE CONSIDERED
QUOTES MUST BE SUBMITTED VIA EMAIL
INCOMPLETE QUOTES WILL NOT BE CONSIDERED IN THE EVALUTION PROCESS
EMAIL: TRICIA.WINTERSTEEN@DLA.MIL
In order to be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation)
Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period