Opportunity
SAM #SPMYM326Q1125
DLA Maritime Portsmouth Solicits Fire-Resistant Ventilation Ducting for Portsmouth Naval Shipyard
Buyer
DLA Maritime Portsmouth
Posted
April 17, 2026
Respond By
April 23, 2026
Identifier
SPMYM326Q1125
NAICS
332999, 326220
This opportunity from DLA Maritime Portsmouth requests fire-resistant ventilation ducting for use at Portsmouth Naval Shipyard. - Government Buyer: - Defense Logistics Agency (DLA) Maritime Portsmouth - Department of the Navy, Portsmouth Naval Shipyard - Products Requested: - Multiple types of fire-resistant vent ducting, including: - Thermoplastic rubber hoses (sizes: 3", 4", 6", 8", 14" diameters; lengths: 24', 25') - Aluminum flexible hose assemblies (sizes: 3", 4", 6", 8" diameters; lengths: 10', 20') - Insulated flexible ventilation ducting (20" diameter, 25' length, minimum R-6 insulation, UL94 V-0 fire retardant, white color) - Heavy weight PVC hose (blue, 8" diameter, 24' length) - Insulated flexible ducting (part number FX 400-IF) - All ducting must be fire resistant and marked every 12 inches (or every foot), new, and suitable for harsh outdoor environments - Strict inspection criteria upon delivery - Part Numbers & Quantities: - TR-FR-BK-GR-8: 125 units - TR-FR-BK-BL-8: 125 units - TR-FR-BK-BL-6: 40 units - TR-FR-BK-BL-4: 125 units - TR-FR-BK-GR-4: 80 units - TR-FR-BK-OR-4: 40 units - TR-FR-BK-BL-3: 80 units - IN20AL-8-20: 30 units - IN20AL-6-10: 20 units - IN20AL-4-20: 30 units - IN20AL-3-20: 10 units - R3-BL-14-25: 16 units - FX 400-IF: 54 units - 460INSDUCT: quantity not specified - Unique Requirements: - Ducting must be labeled "FR" every foot or every 12 inches - Must meet UL94 V-0 or V-2 fire retardant standards - Minimum R-6 insulation for insulated ducting - Delivery to Portsmouth Naval Shipyard, Kittery, Maine - 100% Small Business Set Aside - Evaluation based on Lowest Price Technically Acceptable (LPTA) - Offerors must submit descriptive literature to demonstrate compliance - No specific OEMs are named; products are described by specification and part number - Place of Performance and Delivery: - Portsmouth Naval Shipyard, Kittery, Maine (BLDG 170) - DLA Maritime Portsmouth contracting office, Portsmouth, NH
Description
Combined Synopsis/Solicitation for Commercial Items This document has been prepared in accordance with the information in FAR part 12, utilizing Simplified Acquisition Procedures found at FAR 12.6, with additional details 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. It will be posted to SAM.gov. The RFQ number is SPMYM326Q1125. This solicitation incorporates provisions and clauses in effect through FAC 2026-01 and DFARS Change Notice 20251110. Contractors are responsible for being familiar with these clauses, which can be accessed at: 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 4720, NAICS code is 326220, and the Small Business Standard is 800. This requirement is being processed as a 100% Small Business Set Aside. Evaluation Criteria The evaluation will be based on Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility, and vendors will be screened for responsibility in accordance with FAR 9.104. Offeror Requirements Offerors must submit descriptive literature demonstrating how their quotation meets the required specifications. Failure to provide this information may result in the quotation being deemed technically unacceptable. Request for Responses The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: See attached RFQ Additional Requirements Offerors must complete the attached provisions 252.204-7016 and 252.204-7019 and include the completed provisions with their offer. Applicable Clauses and Provisions FAR Clauses and Provisions 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Maintenance 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-5, Certification Regarding Responsibility Matters (OVER SAT) 52.209-6, Protecting the Government's Interest 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.212-1, Instructions to Offerors - Commercial Products and Services 52.212-4, Contract Terms and Conditions – Commercial Items 52.219-1 Alt 1, Small Business Program Representations (OVER 10K) 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 52.222-35, Equal Opportunity for Veterans 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons 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 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-2, Service of Protest 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 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 52.247-64, Preference for Privately Owned US-Flag Commercial Vessels 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 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 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 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 252.247-7023, Transportation of Supplies By Sea Note: Vendors 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) H10, Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020) 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) YM3 A1: Additional Information YM3 C500: Mercury Control (Supplies) YM3 C524: Controlled Industrial Material YM3 C528: Specification Changes YM3 D2.2: Marking of Shipments YM3 D4: Preparation for Delivery YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard YM3 M8: Single Award for All Items 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 on 23 April 2026 at 3pm EST. The Point of Contact is Stephen Smith, reachable at Stephen.1.Smith@dla.mil. All responsible sources may submit a quote for consideration. System for Award Management (SAM): Quoters must be registered in SAM to be considered. Registration is free at http://www.sam.gov. If not the actual manufacturer, the Manufacturer’s Name, Location, and Business Size must be provided. Please submit quotations via email to Stephen.1.Smith@dla.mil and also to DLA-KME-QUOTATIONS@DLA.MIL. Quotes should include price(s), FOB point, Cage Code, contact name and phone number, GSA contract number if applicable, business size under NAICS, and payment preference (GPC or WAWF). The government’s payment terms are Net 30 days after acceptance. If GPC is preferred, a receiving report must be entered into WAWF per DFARS 232.7002. ******* END OF COMBINED SYNOPSIS/SOLICITATION ********