Opportunity

SAM #SPMYM426Q3294

DLA Maritime - Pearl Harbor Solicits Hytorc Hydraulic Wrenches and Power Heads (Brand Name Mandatory)

Buyer

DLA Maritime Pearl Harbor

Posted

April 03, 2026

Respond By

April 08, 2026

Identifier

SPMYM426Q3294

NAICS

333991

DLA Maritime - Pearl Harbor is seeking to procure brand name Hytorc hydraulic wrenches and power heads for use at the Pearl Harbor Naval Shipyard IMF. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor - Weapons Support, Pearl Harbor Naval Shipyard IMF - OEM Requirement: - Brand name mandatory: Hytorc Northwest - Only Hytorc Northwest products will be accepted to maintain warranty coverage and avoid the need for specialized adapters or additional operator training - Products Requested (Quantities: 3 units each): - Hytorc Stealth-2 Low Clearance Bolting Machine - Hytorc Stealth-4 Low Clearance Bolting Machine - Hytorc Stealth-8 Low Clearance Bolting Machine - Hytorc 2XLCT Power Head - Hytorc 4XLCT Power Head - Hytorc 8XLCT Power Head - Notable Requirements: - Offerors must provide descriptive literature, technical specification sheets, and proof of traceability to the OEM - Evaluation is based on Lowest Price Technically Acceptable (LPTA) - Set aside for small businesses under NAICS 333991 - Delivery: - FOB Destination to Pearl Harbor Naval Shipyard IMF, 667 Safeguard Street, Bldg 167-1 RECV, Pearl Harbor, HI 96860-5033

Description

Combined Synopsis/Solicitation for Commercial Items This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.gov. The RFQ number is SPMYM426Q3294. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 October 1, 2025, and DFARS Change Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.ecfr.gov https://www.acquisition.gov/content/list-sections-affected http://www.acq.osd.mil/dpap/dars/change_notices.html The FSC Code is 3450 and the NAICS code is 333991. The Small Business Standard is 500 employees. This requirement is being processed utilizing Total Small Business Set Aside. Evaluation Criteria Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. Brand Name Requirement This requirement is brand name mandatory to Hytorc Northwest to avoid potential warranty voids and eliminates the need for specialized adapters or additional operator training, ensuring our high-pressure operations remain efficient and compliant. Quotations received that represent a different manufacturer will not be considered for award. Submission Requirements Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. A technical spec sheet and proof of traceability are required to be sent with quote. Failure to provide this information may result in your quotation being determined technically unacceptable. Request for Quotations DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing: ITEM QTY U/I UNIT PRICE TOTAL PRICE 0001 3 EA _______ _____ DESCRIPTION:WRENCH, HYDRAULICHYTORC: STEALTH-2, LOW CLEARANCE BOLTING MACHINE 0002 3 EA ____ _____ DESCRIPTION:WRENCH, HYDRAULICHYTORC: STEALTH-4, LOW CLEARANCE BOLTING MACHINE 0003 3 EA ____ _____ DESCRIPTION:WRENCH, HYDRAULICHYTORC: STEALTH-8, LOW CLEARANCE BOLTING MACHINE 0004 3 EA ____ _____ DESCRIPTION:WRENCH, HYDRAULICHYTORC: 2XLCT POWER HEAD 0005 3 EA ____ _____ DESCRIPTION:WRENCH, HYDRAULICHYTORC: 4XLCT POWER HEAD 0006 3 EA ____ _____ DESCRIPTION:WRENCH, HYDRAULICHYTORC: 8XLCT POWER HEAD Important Notes NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER. FAR Clauses and Provisions 52.204-7, System for Award Maintenance 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24* See Attachment for this provision 52.204-26* See Attachment for this provision 52.204-29 FASCSA Representation* See Attachment for this provision 52.209-5, Certification Regarding Responsibility Matters (OVER SAT) 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-16, Variation in Quantity (WHEN A VARIANCE EXISTS) 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services 52.212-3, Offeror Reps and Certs - Commercial Products and Commercial Services 52.212-4, Contract Terms and Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations (OVER 10K) 52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) in lieu of clause at FAR 52.223-23. 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.233-2 Service of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10 Reporting Executive Compensation 52.204-27 Prohibition on a ByteDance Covered Application 52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition 52.209-6 Protecting the Government's Interest 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.219-33 Nonmanufacturer Rule 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone Depleting Substances 52.225-1 Buy American-Supplies 52.225-13 Restriction on Certain Foreign Purchases 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by EFT-SAM DFARS Clauses and Provisions 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training for Contractors 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013) 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.204-7016, * See Attachment for this provision. 252-204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019, *See Attachment for this provision. 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.204-7024 Notice on the Use of the Supplier Performance Risk System 252.209-7999 Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export Controlled Items 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.231-7000 Supplemental Cost Principles 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions *See Attachment for Full Text 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies By Sea Note: Vendor shall list the country of origin for each line item. DLAD Clauses and Provisions (See Attachment for Full Text) 5452.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution DLA Procurement Notes (See Attachment for Full Text) C01 Superseded Part Numbered Items (SEP 2016) C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 Contractor Retention of Supply Chain Traceability Documentation (MAR 2023) C04 Unused Former Government Surplus Property (DEC 2016) C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017) C20 Vendor Shipment Module (VSM) (AUG 2017) E05 Product Verification Testing (JUN 2018) G01 Additional Wide Area Workflow (WAWF) Information (AUG 2017) L04 Offers for Part Numbered Items (SEP 2016) L06 Agency Protests (DEC 2016) L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations L31 Additive Manufacturing (JUN 2018) M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) M06 Evaluation of Offers for Part Numbered Items (SEP 2016) Local Clauses (See Attachment for Full Text) YM4 L001 EUROPEAN UNION RESTRICTIONS REGARDING NONMANUFACTURED WOOD PACKAGING AND PALLETS YM4 L003 UNIT PRICES YM4 L331 REVIEW OF AGENCY PROTESTS Quoters are reminded to include a completed copy of 52.212-3 and its ALT I if not updated in SAM. This announcement will close April 8, 2026 9:00am HST. The Point of Contact for this solicitation is Kailie Thomas who can be reached at kailie.m.thomas.civ@us.navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Registration System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. Shipping Instructions Include shipping in the unit price of the item. We need FOB Destination to the address below: PEARL HARBOR NAVAL SHIPYARD IMF 667 SAFEGUARD STREET, BLDG 167-1 RECV PEARL HARBOR, HI 96860-5033 UNITED STATES ESTIMATED DELIVERY: ________________ WEEK(S) Quote Submission Information Please review and return your quote with the following information: QUOTING AS MANUFACTURER? Yes __   No _ QUOTING AS: __ AUTHORIZED DISTRIBUTOR   or   ___ THIRD PARTY DEALER Name of Quoted Manufacturer: __________________    MFG SIZE: SB _   LG _ SAM CAGE CODE: _______________ DUNS #: ______________ TIN #: _______________ Please submit quotations via email at kailie.m.thomas.civ@us.navy.mil All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC)* or Wide Area Workflow (WAWF). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Please note, if selecting GPC, the Government does NOT utilize third party payment entities (Zelle, Venmo, Paypal, etc.) Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. If selecting GCPC as the preferred method of payment, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF. ****** END OF COMBINED SYNOPSIS/SOLICITATION ********

View original listing