Opportunity

SAM #N0040626Q0134

Procurement of Zodiac MOBI MAST Folding Units and Components for U.S. Navy

Buyer

NAVSUP FLC Puget Sound

Posted

April 22, 2026

Respond By

May 01, 2026

Identifier

N0040626Q0134

NAICS

423860, 336611

NAVSUP Fleet Logistics Center Puget Sound is procuring brand name direct replacement MOBI MAST folding units and related components for U.S. Navy use, with delivery to SRF and JRMC Yokosuka, Japan. - Government Buyer: - Department of the Navy, NAVSUP Fleet Logistics Center Puget Sound (FISCPS), Bremerton, WA - OEMs and Vendors: - Zodiac of North America, Inc. (primary OEM for MOBI MAST and components) - Fairview Fittings (OEM for select pipe and fitting components) - Products/Services Requested: - MOBI MAST, Folding Unit (1 unit) - Multiple replacement parts and accessories, including: - Cushions (console, backrest, laz box) - Junction boxes (plastic, for RHIB boat) - LED navigation lights - Gas rams, strobe arch landing pads, battery straps, spacers, anchor light masts, strobe arch braces and sockets, backrest sockets - Pipe and fitting components (reducers, caps, couplings, tees, adapters, bushings, elbows, labels, lock pins, drive shaft) - All items specified by manufacturer part numbers and quantities (ranging from 1 to 8 per item) - Unique/Notable Requirements: - Only brand name, direct replacement parts from Zodiac of North America, Inc. or authorized distributors are acceptable; no alternates or generics allowed - Drawings and technical references are restricted to JCP-registered quoters with valid CAGE code and DD-2345 - Item unique identification required per DFARS 252.211-7003 - Firm fixed price contract; evaluation based on technical merit, delivery, price, and past performance - Delivery Location: - All items to be delivered FOB destination to SRF and JRMC Yokosuka, Japan

Description

: This requirement is Brand Name Entity due to  THE MATERIAL LISTED IS A DIRECT REPLACEMENT. Interested companies may identify their interest and capability to respond to the requirement, which will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this action based upon responses received to this notice is solely within the discretion of the Government.  

The Government will evaluate the offeror’s price for reasonableness and past performance as part of the responsibility determination in accordance with RFO 12.203.

Quotes will be evaluated in accordance with RFO 12.203, the Government will select the most advantageous offer based on the following evaluation factors: technical including delivery date, price, and past performance in no order of relative importance. 

If you have drawings, TGIs, or references that are marked anything other than Distribution A: Drawing, references and TGIs will not be provided or furnished as part of this solicitation due to distribution restrictions.  Drawings, references and TGIs are available to quoters listed on the Joint Certification Program (JCP) website.  Quoters may request these by providing their CAGE code and DD-2345 for their data custodian.  For instructions on how to register for JCP please go to https://www.dla.mil/Logistics-Operations/Services/JCP/ .

If QPL see FAR 5.101(c)4(vii)

Anticipated Award Date: 05/26

Contracting Officer: STORMY CAUDILL 

STORMY.A.CAUDILL.CIV@US.NAVY.MIL

View original listing