Opportunity
SAM #SPMYM326Q6048
DLA Maritime Portsmouth Solicitation for Sleeve Plugs (Drawing 5792287 PC 13)
Buyer
DLA Maritime Portsmouth
Posted
May 06, 2026
Respond By
May 14, 2026
Identifier
SPMYM326Q6048
NAICS
335931, 332999
This opportunity from the Defense Logistics Agency (DLA) Maritime Portsmouth requests sleeve plugs for the Portsmouth Naval Shipyard. - Government Buyer: - Defense Logistics Agency (DLA) Maritime Portsmouth, Contract Specialist: Jannell Moriarty - Products Requested: - 44 units of Sleeve Plug - Drawing 5792287 PC 13 - Material: QQ-N-281 Class A Hot Finish - Minimum yield strength: 40,000 lb/SQ IN at 0.2% offset - Cable sleeve plug for shipyard applications - OEMs and Vendors: - No specific OEMs or manufacturers named; offerors must provide descriptive literature and traceability if not the manufacturer - Notable Requirements: - Compliance with FAR and DFARS clauses, including cybersecurity and Buy American Act - Access to technical drawings requires valid DD Form 2345 and signed security agreement - Offerors must list country of origin for each line item - Small business set-aside under NAICS code 335931 - Delivery Location: - Portsmouth Naval Shipyard, Kittery, Maine (Building 170) - Contracting Office: - DLA Maritime Portsmouth, Portsmouth, NH
Description
Combined Synopsis/Solicitation for Commercial Items This is a COMBINED SYNOPSIS/SOLICITATION prepared in accordance with the information in FAR part 12, supplemented 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 (SPMYM326Q6048). This document incorporates provisions and clauses in effect through FAC 2026-01 (March 13, 2026) and DFARS Change Notice 20251110. It is the contractor's responsibility to be 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 5935 and the NAICS code is 335931. The Small Business Standard is 600 employees. This requirement is being processed as a 100% small business set-aside. Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Vendors will be screened for responsibility per FAR 9.104. Offerors must submit descriptive literature demonstrating how their quotation meets the specifications. Failure to provide this information may result in a technically unacceptable determination. If not the manufacturer, proof of traceability must be included with the quote. All interested parties must complete the attached RFQ form titled, “26Q6048 RFQ Required” in the Attachment Section. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: ITEM DESCRIPTION QTY U/I 0001 Sleeve Plug 44 EA Details: Sleeve Plug, Drawing 5792287 PC 13 Material QQ-N-281 Class A Hot Finish 40,000 lb/SQ IN minimum yield at 0.2% offset *NOTE: Drawings will be provided separately upon request and receipt of a valid DD Form 2345 and signed security agreement. Offerors must complete the provisions 252.204-7016 and 252.204-7019 and include the completed provisions with their offer. FAR Clauses and Provisions include: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Management 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 52.209-6, 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 52.219-6, Notice of Total Small Business Set-Aside 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 52.225-1, 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 52.232-36, Payment by Third Party 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 52.240-90, Security Prohibitions and Exclusions (See Attachment) 52.240-91, Security Prohibitions and Exclusions (See Attachment) 52.240-93, Basic Safeguarding of Covered Contractor Information Systems (See Attachment) 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 include: 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 252.225-7048, 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: 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): 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) 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) Local Clauses (See Attachment for Full Text): YM3 A1: Additional Information YM3 A3: Government Purchase Card Method of Payment Additional Info 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 on 5/14/2026 at 10am. The Point of Contact is Jannell Moriarty, reachable at jannell.moriarty@dla.mil. All responsible sources may submit a quote for consideration. Quotations must be registered in the System for Award Management (SAM). Registration is free and available at http://www.sam.gov. If not the manufacturer, the Manufacturer’s Name, Location, and Business Size must be provided. Please submit quotations via email to jannell.moriarty@dla.mil. Additional submissions should be sent to: DLA-KME-QUOTATIONS@DLA.MIL. All quotes should include: Price(s) FOB point Cage Code Point of contact, name, and phone number GSA contract number if applicable Business size under NAICS Code Payment preference (GPC or WAWF) Indication of capability to meet all specifications and requirements Note: If GPC is preferred, a receiving report must be entered into WAWF per DFARS 232.7002. End of Combined Synopsis/Solicitation