Opportunity

SAM #SPMYM4-26-Q-3383

DLA Pearl Harbor Solicits Peabody 5000-Gallon HDPE Wastewater Storage Tanks

Buyer

DLA Maritime Pearl Harbor

Posted

May 12, 2026

Respond By

May 11, 2026

Identifier

SPMYM4-26-Q-3383

NAICS

332420, 326199

The Defense Logistics Agency (DLA) Weapons Support at Pearl Harbor Naval Shipyard is seeking quotes for large-capacity wastewater storage tanks for shipyard operations. - Government Buyer: - Department of Defense, Defense Logistics Agency (DLA), DLA Weapons Support, Pearl Harbor Naval Shipyard - OEM Highlight: - Peabody Manufacturing is specified as the Original Equipment Manufacturer (OEM) - Products Requested: - Three (3) 5000-gallon storage tanks - Material: High-density polyethylene (HDPE), natural color, 1.5 specific gravity - Part numbers: 01-25809 and 265377901 - Dimensions: 102" x 152" - Intended use: Collection of various wastewater during shipyard availabilities - Notable Requirements: - 100% small business set-aside under NAICS 332420 - Vendors must submit descriptive literature to demonstrate compliance - Manufacturer and country of origin must be listed for each line item - Delivery is FOB destination to Pearl Harbor Naval Shipyard IMF, 667 Safeguard St Suite 100, Pearl Harbor, HI 96860-5033 - Pricing must include shipping - Evaluation is based on Lowest Price Technically Acceptable (LPTA) - Supplier Performance Risk System (SPRS) will be used for vendor responsibility determination

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 SPMYM426Q3383. 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 5430 and the NAICS code is 332420. The Small Business Standard is 750 employees or fewer. 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: Provide

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

ITEM DESCRIPTION                                                           QTY   U/I

CLIN 0001: 5000GAL TANK, HDPE                               3          EA

PEABODY MANUFACTURING, P/N 01-25809 P/N: 265377901

                                            Unit Price$_____, Total Price$____

5000 GALLON STORAGE TANK, 102" X 152" HDPE, NATURAL COLOR 1.5 SPECIFIC GRAVITY, PEABODY MANUFACTURING, P/N 01-25809 P/N: 265377901 STORAGE TANKS USED TO COLLECT VARIOUS WASTEWATER

EVOLUTIONS DURING ALL SHIPYARDS AVAILS

** 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 and provisions follow in similar structured lists, including DFARS clauses, DLAD clauses, and other notices, each grouped under appropriate headings and formatted for clarity.

Note: Vendor shall list the country of origin for each line item.

END OF DOCUMENT

View original listing