Opportunity

SAM #SPMYM326Q1126

Solicitation for Adjustable Stop Assemblies for Portsmouth Naval Shipyard

Buyer

DLA Maritime Portsmouth

Posted

April 23, 2026

Respond By

April 28, 2026

Identifier

SPMYM326Q1126

NAICS

332722, 423710, 332999

The Defense Logistics Agency (DLA) Maritime - Portsmouth is seeking quotations for the supply of adjustable Stop Assemblies for use at the Portsmouth Naval Shipyard in Kittery, Maine. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Portsmouth - Contract specialist: Stephen Smith - Products/Services Requested: - 25 units of adjustable Stop Assembly - Each assembly includes: - 1 Stop Pad (PC 44), .625" diameter, made of Zytel 101, Zytel 42A, or equivalent - 1 Self-locking Setscrew (PC 45), .750-10UNC-3A x 0.875, ASME BlS.3-2012, NICU (QQ-N-281), self-locking per MIL-DTL-18240F Type N (plug/pellet) - Must comply with provided drawing and technical notes (access requires signed Security Agreement and DD2345) - OEMs and Vendors: - No specific OEMs or vendors are named; Zytel (a DuPont brand) is referenced as an acceptable material - Unique/Notable Requirements: - Compliance with Buy American Act provisions - Cybersecurity assessment requirements (NIST SP 800-171) - Offerors must submit descriptive literature demonstrating ability to meet specifications - Country of origin must be listed for each line item - Full and Open Competition; evaluation based on Lowest Price Technically Acceptable (LPTA) - Place of Performance/Delivery: - Portsmouth Naval Shipyard, BLDG 170, Kittery, Maine 03904

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 12.6, 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 SPMYM326Q1126. This solicitation documents and incorporates provisions and clauses in effect through FAC 2026-01 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 this address:

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 5315 and the NAICS code is 332722. The Small Business Standard is 600. This requirement is being processed utilizing Full and Open Competition.

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.

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

See attached RFQ

NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER.

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 52.209-10, 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 Commercial Services 52.212-4, Contract Terms and Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-50, Combating Trafficking in Persons 52.223-11, Ozone Depleting Substances 52.225-3, 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 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 52.252-1, 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 252.213-7000, 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 252.232-7006, 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 252.246-7008, 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)

Additional DLA Notes 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 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 28 April 2026 at 3pm EST. The Point of Contact for this solicitation is Stephen Smith who can be reached at Stephen.1.Smith@dla.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/.

If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided.

Please submit quotations via email at Stephen.1.Smith@dla.mil. Quotes also to: DLA-KME-QUOTATIONS@DLA.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). The Government’s terms for payment 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