Opportunity

SAM #SPMYM4-26-Q-0854

DLA Maritime - Pearl Harbor Solicits Miller OPTX 2KW Handheld Laser Welder

Buyer

DLA Maritime Pearl Harbor

Posted

May 07, 2026

Respond By

May 11, 2026

Identifier

SPMYM4-26-Q-0854

NAICS

332722, 423710, 333992, 423690

DLA Maritime - Pearl Harbor is requesting quotes for a specialized welding solution for its naval facility. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor - Sub-agency: Weapons Support - Office: Pearl Harbor Naval Shipyard IMF - OEM Highlight: - Miller (manufacturer of the requested welder) - Vendors: - Only Miller is specified as the OEM; vendors must identify the manufacturer in their quote - Products Requested: - Miller OPTX 2KW Handheld Laser Welder - Part number: 951000109 - Quantity: 1 unit - Requirements: - 100% Small Business Set-Aside - Delivery required to Pearl Harbor Naval Shipyard IMF, 667 Safeguard St Suite 100, Pearl Harbor, HI 96860-5033 - Vendors must submit descriptive literature proving compliance with specifications - Must list product manufacturer, location, business size, and country of origin - Evaluation based on Lowest Price Technically Acceptable (LPTA) - Only one quote per vendor permitted - Notable Details: - Delivery is FOB destination - No recurring or option periods; single delivery - Standard federal and DLA procurement clauses apply

Description

Combined Synopsis/Solicitation for Commercial Items This document is 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. RFQ Number: SPMYM4-26-Q-0854 for Laser Welder. 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 Additional Information: FSC Code: 5995 NAICS Code: 331210 Small Business Standard: 1000 employees This requirement is 100% Small Business Set-Aside. Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). SPRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. Request for Quotes: DLA Weapons Support, Pearl Harbor, requests responses from qualified sources capable of providing the requested item(s). Interested parties must fill out the required request for quote form saved in the attachment section. Requirement is only one quote per vendor. Multiple quotes will not be accepted. Required Delivery Date: Monday, May 11, 2026, 1200 hrs HST Pricing and Delivery: FOB destination, including shipping and delivery to: PEARL HARBOR NAVAL SHIPYARD IMF 667 SAFEGUARD ST SUITE 100, PEARL HARBOR HI 96860-5033 PEARL HARBOR, HI 96860-5033 UNITED STATES Item Details: Item Description QTY U/I Price Lead Time JML Doc # 6055B854 1 EACH _______ ________ CLIN 0001 LASER WELDER MILLER OPTX 2KW HANDHELD LASER WELDER, PN 951000109 Offerors are required to submit descriptive literature demonstrating how their quotation meets the required specifications. Vendors shall list the product manufacturer name, location, business size, and country of origin for each line item. Note: Offerors must review and complete the attached provisions 252.204-7016 and 252.204-7019, and include the completed provisions with their quote. Applicable FAR Clauses and Provisions include: 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 52.209-5, Certification Regarding Responsibility Matters (OVER SAT) 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 52.212-2, Evaluation—Commercial Products and Commercial Services 52.212-4, Contract Terms and Conditions – Commercial Items 52.219-1, Small Business Program Representations (OVER 10K) 52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) 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 52.209-10, 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 52.204-10, Reporting Executive Compensation 52.209-6, Protecting the Government's Interest 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.219-33, Nonmanufacturer Rule 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-35, Equal Opportunity for Veterans 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons 52.223-11, Ozone Depleting Substances 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by EFT-SAM 52.246-11, Higher-Level Contact Quality Requirement 52.246-15, Certificate of Conformance 52.247-64, Preference for Privately Owned US-Flag Commercial Vessels 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 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013) 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 252.217-7026, Identification of Sources of Supply 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 252.246-7008, 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) C14, Repackaging or Relabeling to Correct Deficiencies (AUG 2017) E05, Product Verification Testing (JUN 2018) 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) 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 Non-Manufactured Wood Packaging and Pallets YM4 L003, Unit Prices This announcement will close on Monday, May 11, 2026, 1200 hrs HST. The Point of Contact for this solicitation is Floyd Shiroma, reachable at floyd.shiroma.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 to: floyd.shiroma@us.navy.mil All quotes shall include price(s), FOB point, Cage Code, a point of contact with name and phone number, GSA contract number if applicable, business size under the NAICS Code, and whether 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. If selecting GPC, the government does not utilize third-party payment entities (Zelle, Venmo, Paypal, etc.). Each response must clearly indicate the capability to meet all specifications and requirements. *If selecting GCPC, per DFARS 232.7002, a receiving report must be entered into WAWF. End of Combined Synopsis/Solicitation

View original listing