Opportunity
SAM #SPMYM426Q3326
Sole Source Procurement of UHP Pump Maintenance Kits and OEM Repair Parts for DLA Pearl Harbor and Navy Shipyard
Buyer
DLA Maritime Pearl Harbor
Posted
April 20, 2026
Respond By
April 23, 2026
Identifier
SPMYM426Q3326
NAICS
332913, 333912
This opportunity involves the procurement of specialized maintenance kits and repair parts for ultra-high pressure (UHP) pump assemblies used by the Defense Logistics Agency (DLA) Maritime - Pearl Harbor and the U.S. Navy's Portsmouth Naval Shipyard. - Government Buyers: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor, Weapons Support - U.S. Navy, Portsmouth Naval Shipyard (PHNSY & IMF) - OEMs and Vendors: - APS Pressure System LLC (sole source for MAINT KIT-PMP ASSY, HUSKY 55KSI) - Flow International Corp (sole source for 55K UHP MIP removal process parts) - Products/Services Requested: - 2 units of MAINT KIT-PMP ASSY, HUSKY, 55KSI (Part Number: 018306-1) from APS Pressure System LLC - Genuine Flow International Corp maintenance and repair parts for 55K UHP MIP removal process systems (various part numbers) - Unique or Notable Requirements: - Both procurements are sole source due to proprietary rights and safety concerns; only OEM parts are acceptable - For the DLA requirement, only APS Pressure System LLC products will be considered; descriptive literature and certifications must be provided - For the Navy requirement, only genuine Flow International Corp parts are acceptable to maintain warranty and equipment functionality; use of aftermarket parts is prohibited - Compliance with various FAR, DFARS, and DLAD clauses is required - Small Business Set Aside applies to the DLA procurement - Places of Performance and Delivery: - DLA Maritime - Pearl Harbor, 667 Safeguard St Suite 100, Pearl Harbor, HI 96860-5033 - Additional delivery locations include Houston, TX and Kent, WA for the Navy requirement
Description
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-3326. 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 4540 and the NAICS code is 332913. The Small Business Standard is 1000. This requirement is being processed utilizing 100% Small Business Set Aside.
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.
This requirement is sole sourced to APS PRESSURE SYSTEM LLC CAGE: 5WHF9.
Quotations received that represent a different manufacturer will not be considered for award.
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.
DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing:
CLIN 0001: QTY/Unit PRICE
MAINT KIT –PMP ASSY 2 EA ___________
MAINT KIT-PMP ASSY, HUSKY, 55KSI P/N 018306-1
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.
These are the Clauses and provisions that are associated with this solicitation. The accompanied full text FAR clauses and provisions aren’t unique to this solicitation. Please only use as reference.
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 52.204-27, 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 52.219-32, Orders Issued Directly Under SB Reserves 52.219-33, Nonmanufacturer Rule 52.222-3, Convict Labor 52.222-40, Notification of Employee Rights 52.223-9, Estimate of Percentage of Recovered Material 52.223-11, Ozone Depleting Substances 52.225-5, Trade Agreements 52.226-5, Restrictions on Subcontracting Outside Disaster Area 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by EFT-SAM 52.247-64, Preference for Privately Owned US-Flag Commercial Vessels
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 E7F754 CERTIFICATIONS REQUIRED WITH DELIVERY OF MATERIAL 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.
ESTIMATED DELIVERY: ___________________ WEEK(S) 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 #: _______________
This announcement will close 23 April 2026. The Point of Contact for this solicitation is Quincey Dillenback, who can be reached at quincey.dillenback.civ@us.navy.mil. 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.
Please submit quotations via email at tehani.e.diazzelayarios.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. 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 ********