Opportunity

SAM #SPMYM426Q3382

Procurement of Resilient Element Mounts (LDM150, P/N 265377901) for DLA Maritime - Pearl Harbor

Buyer

DLA Maritime Pearl Harbor

Posted

May 12, 2026

Respond By

May 14, 2026

Identifier

SPMYM426Q3382

NAICS

423840, 332994

This opportunity is for the supply of resilient element mounts to the Defense Logistics Agency (DLA) Maritime - Pearl Harbor, supporting the Department of Defense. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor - Weapons Support Office at Pearl Harbor Naval Shipyard - Products Requested: - 8 units of resilient element mounts, model LDM150 - Part number: 265377901 - Vendors must provide descriptive literature, manufacturer, and country of origin for each item - Procurement Details: - 100% small business set-aside - Evaluation based on Lowest Price Technically Acceptable (LPTA) - Only one quote per vendor allowed - Delivery Requirements: - Delivery to Pearl Harbor Naval Shipyard IMF, 667 Safeguard St Suite 100, Pearl Harbor, HI 96860-5033 - Unique Requirements: - Offerors must demonstrate compliance with specifications via descriptive literature - Manufacturer and country of origin must be listed for each line item - OEM Information: - No explicit OEM named; procurement is based on part number and model - Place of Performance: - Delivery and performance at Pearl Harbor Naval Shipyard IMF, a federal facility in Hawaii

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 SPMYM426Q3382. 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 5342 and the NAICS code is 332994. The Small Business Standard is 1,000 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: Provide

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

ITEM DESCRIPTION                                                           QTY   U/I

CLIN 0001: MOUNT,RESILIENT,WEA                           8          EA

                                            Unit Price$_____, Total Price$____

RESILIENT ELEMENT MOUNTS, LDM150 P/N: 265377901

** 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

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

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 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). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Please note, 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