Opportunity

SAM #SPMYM4-26-Q-3384

Procurement of DuPont Tychem 4000 XL Coveralls for Pearl Harbor Naval Shipyard

Buyer

DLA Maritime Pearl Harbor

Posted

May 12, 2026

Respond By

May 14, 2026

Identifier

SPMYM4-26-Q-3384

NAICS

315990, 424350, 424690, 424320

The Defense Logistics Agency (DLA) Maritime - Pearl Harbor is seeking quotes for protective coveralls for use at a federal shipyard facility: - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor (Weapons Support office) - OEMs and Vendors: - DuPont (manufacturer of Tychem 4000 coveralls) - Grainger (referenced for part number 24AG37) - Products/Services Requested: - DuPont Tychem 4000 coveralls, size XL, with elasticized wrists - Grainger part number: 24AG37 - Quantity: 68 cases (each case contains 12 coveralls) - Unique or Notable Requirements: - 100% small business set-aside - Evaluation on Lowest Price Technically Acceptable (LPTA) basis - Delivery required to Pearl Harbor Naval Shipyard IMF, Hawaii - Offerors must provide descriptive literature, manufacturer, and country of origin for each line item - Only one quote per vendor allowed - Pricing must be FOB destination and include shipping - Compliance with specified FAR and DFARS clauses is required

Description

11 May 2026 update:

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 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. The RFQ number is SPMYM426Q3384. 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 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 8415 and the NAICS code is 315990. The Small Business Standard is 750 employees. This requirement is being processed as a 100% set aside for small businesses.

Evaluation criteria is 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.

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.

***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: Friday, June 05, 2026

DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing:

ITEM DESCRIPTION                                               QTY    U/I

CLIN 0001: COVERALLS, TYCHEM, XL           68        CS

                                            Unit Price$_____, Total Price$____

COVERALL, TYCHEM 4000, ELASTICIZED WRISTS, SIZE XLARGE DUPONT TYCHEM(R) 4000). GRAINGER P/N: 24AG37). U/I (Unit of Issue) CS(CASE) = 12 EA

** Pricing is FOB destination and must include 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

***NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 252.204-7016 AND INCLUDE THE COMPLETED PROVISIONS WITH

THEIR OFFER.

***NOTE: VENDOR SHALL LIST THE MANUFACTURER AND COUNTRY OF ORIGIN FOR EACH LINE ITEM.

FAR CLAUSES AND PROVISIONS

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) in lieu of clause at FAR 52.223-23. 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

... (additional clauses omitted for brevity) ...

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 NONMANUFACTURED WOOD PACKAGING AND PALLETS YM4 L003 UNIT PRICES

This announcement will close Thursday, May 14, 2026, 1300 HST. The Point of Contact for this solicitation is Vanessa Garcia who can be reached at vanessa.a.garcia18.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/.

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

Please submit quotations via email at vanessa.a.garcia18.civ@us.navy.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. 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