Opportunity
SAM #SPMYM4-26-Q-3359
Procurement of Salisbury Arc Flash Kits for Pearl Harbor Naval Shipyard
Buyer
DLA Maritime Pearl Harbor
Posted
May 06, 2026
Respond By
May 08, 2026
Identifier
SPMYM4-26-Q-3359
NAICS
423990, 423450
This procurement opportunity from DLA Maritime - Pearl Harbor seeks Salisbury arc flash protective equipment for shipyard electricians at the Pearl Harbor Naval Shipyard IMF. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor, Competitive Sourcing Division (DLA-HMD) - Contracting officer: Wongduean Guajardo - Requirement certified by PHNSY Production Shop Planner Jarrett Maeda - OEMs and Vendors: - Salisbury (manufacturer of arc flash kits and hoods) - Taylor Cardinale (distributor) - Products/Services Requested: - Salisbury 40 Cal Kit Premium Coat & Bib Overalls with PrismShield Hood, size small (Part Number: SK40PRG-PP) - 12 units required - Arc Flash Kit and Hood, sizes small, medium, large (all Part Number: SK40PRG-PP) - Notable Requirements: - Sole source justification due to proprietary electrical safety approvals and exclusive licensing - Proof of OEM authorization or authorized distribution may be required - Compliance with supply chain traceability and mercury-free requirements - All costs must be included in quoted prices; no post-award price increases - Technical acceptability and delivery are key evaluation factors - Critical for shipyard electricians and project schedules - Place of Performance/Delivery: - Pearl Harbor Naval Shipyard IMF, 667 Safeguard St Suite 100, Pearl Harbor, HI 96860-5033 - Period of Performance: - Delivery of 12 units required by May 29, 2026
Description
Submission Instructions
To be considered for award, offerors shall complete and submit Solicitation No. SPMYM4-26-Q-3359, along with their company quotation and technical data sheet (if applicable), via email to the Contracting Specialist at wongduean.a.guajardo.civ@us.navy.mil no later than the date and time specified in the solicitation (Hawaii Standard Time).
If the quotation is not submitted using Standard Form (SF) 1449, the offeror shall include a statement confirming full agreement with all terms, conditions, and provisions of the solicitation. Quotations that fail to provide all required information or that take exception to solicitation terms and conditions may be deemed non-responsive and excluded from consideration.
Evaluation Factors
Quotations will be evaluated based on the following factors:
Technical Acceptability Delivery Price
Quotation Requirements
1. Firm-Fixed-Price Requirement
Quotations shall represent a firm-fixed price for the entire requirement. Post-award price increases will not be accepted.
2. Unconditional Acceptance
By submitting a quotation, the vendor agrees to accept award at the quoted price without modification to price, terms, or conditions.
3. Award Acceptance
Failure to accept the Government’s purchase order at the quoted price may result in the quotation being determined non-responsive.
4. No Counteroffers After Award
Any post-award request to revise pricing or terms will be considered non-acceptance of the purchase order.
5. Delivery and Pricing Requirements
Quoted prices shall include all costs associated with materials, labor (if applicable), packaging, and delivery.
6. OEM, Traceability, and Country of Origin Requirements
Offerors shall identify the Original Equipment Manufacturer (OEM), brand name, and manufacturer part number, and country of origin. When applicable, proof of OEM authorization or authorized distribution may be required to ensure product authenticity, warranty validity, and supply chain traceability.
Questions
All questions regarding this solicitation shall be submitted electronically via email to the Contracting Specialist at the address listed above.