Opportunity
SAM #SPMYM426Q3300
Procurement of Special Purpose Submarine Chairs from Turnbull Enterprises
Buyer
DLA Maritime Pearl Harbor
Posted
April 04, 2026
Respond By
April 08, 2026
Identifier
SPMYM426Q3300
NAICS
336611, 339920
This opportunity involves the Defense Logistics Agency (DLA) Maritime - Pearl Harbor seeking specialized submarine chairs for Navy use. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor, Department of Defense - OEM Highlight: - Turnbull Enterprises, Inc. (OEM for the required chairs) - Products Requested: - Six (6) special purpose submarine chairs - Part Number: 525-701 - Type-1 (18" wide seat without headrest) - Class-2 (seat height 15-1/2" min to 21-1/2" max) - Style-A (without hinged writing shelf) - Black cushion and frame, powder coat finish, shock grade B - Must meet MIL-STD-1623E fire performance requirements - Written certificate of conformity from manufacturer required - Notable Requirements: - 100% Small Business Set Aside - Evaluation based on Lowest Price Technically Acceptable (LPTA) - Vendors must submit descriptive literature and certifications - Delivery Location: - Pearl Harbor Naval Shipyard IMF, Pearl Harbor, HI
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 SPMYM4-26-Q-3300. 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 2090 and the NAICS code is 336611. The Small Business Standard is 1300. This requirement is being processed utilizing 100% 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. Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. Failure to provide this information may result in your quotation being determined technically unacceptable. Solicitation Details DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001: ITEM QTY U/I UNIT PRICE TOTAL PRICE CHAIR, SPECIAL PRPS 6 EA _______ ____ SPECIAL PURPOSE CHAIRS FOR SUBMARINES - TURNBULL ENTERPRISES, INC. P/N 525-701 DWG 1749059: TY-1, CL-2, STY-A: TYPE-1 (18" WIDE SEAT WITHOUT HEADREST) CLASS-2 (SEAT HEIGHT 15-1/2" MIN TO 21-1/2" MAX) STYLE-A: (WITHOUT HINGED WRITING SHELF) COLOR OF CUSHION - "BLACK", COLOR FRAME "BLACK" POWDER COAT CHAIR FRAME - "BLACK", SHOCK GRADE "B" REQUIRED --SPECIAL PURPOSE CHAIR IS DETAILED ON DWG 804-1749059 REV F: TY-1, CL-2, STY-A. SONAR STATION CHAIRS - (SPECIAL PURPOSE CHAIRS FOR SUBMARINES) SHIPBOARD INSTALLATION LOCATION IDENTIFIED ON DWG 640-7066826 REV XB (P/N 1003, 1004, 1005, 1006, 1007, AND 1008); HABITABILITY ITEM MUST MEET FIRE PERFORMANCE REQUIREMENTS OF MIL-STD-1623E. 6.2 DEPARTMENT OF DEFENSE DESIGN CRITERIA STANDARD FIRE PERFORMANCE REQUIREMENTS AND APPROVED SPECIFICATIONS FOR INTERIOR FINISH MATERIAL AND FURNISHINGS (NAVAL SHIPBOARD USE), MIL-STD 1623E WITH CHANGE 1 DTD 19 APRIL 2010 SUPERSEDING MIL-STD-1623E (SH) DTD 20 JUNE 2006 APPLIES TO THIS PROCUREMENT. A WRITTEN CERTIFICATE OF CONFORMITY FOR THE MATERIALS PROCURED SHALL BE PROVIDED BY THE MANUFACTURER, REGARDLESS OF WHETHER OR NOT SAID MANUFACTURER HAS BEEN IDENTIFIED IN THE HABITABILITY LIST. 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 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 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 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 52.246-15 Certificate of Conformance 52.204-27 Prohibition on a ByteDance Covered Application 52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition 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 52.223-11 Ozone Depleting Substances 52.225-3 Buy American-Free Trade Agreements 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 252.204-7015, 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 252.204-7024 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 252.225-7048, 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 252.232-7010, 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 252.247-7023, 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) 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 E7F754 CERTIFICATIONS REQUIRED WITH DELIVERY OF MATERIAL YM4 C7F758 MERCURY EXCLUSION CLAUSE FOR MERCURY FREE PROCUREMENT YM4 C4F751 HABITABILITY MATERIAL ADDITIONAL SPECIFICATIONS YM4 L001 EUROPEAN UNION RESTRICTIONS REGARDING NONMANUFACTURED WOOD PACKAGING AND PALLETS YM4 L003 UNIT PRICES Quoters are reminded to include a completed copy of 52.212-3 and its ALT I if not updated in SAM. Solicitation Closing and Contact Information This announcement will close 08 April 2026 at 12:00pm HST. The Point of Contact for this solicitation is Quincey Dillenback. All responsible sources may submit a quote which shall be considered by the agency. 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 #: _______________ If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided. Please submit quotations via email at quincey.dillenback.civ@us.navy.mil