Opportunity

SAM #SPMYM4-26-Q-3386

Procurement of Allen Bradley/Rockwell Automation Electrical Components for Navy Shipyard Cranes

Buyer

DLA Maritime Pearl Harbor

Posted

May 13, 2026

Respond By

May 15, 2026

Identifier

SPMYM4-26-Q-3386

NAICS

335312, 423690

This opportunity involves the procurement of Allen Bradley/Rockwell Automation electrical components for U.S. Navy shipyard crane modernization and maintenance:

  • Government Buyers:

    • Defense Logistics Agency (DLA) Maritime - Pearl Harbor, Department of Defense
    • U.S. Navy, Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), Code 700 Electrical Engineering
  • OEMs and Vendors:

    • Rockwell Automation (parent company of Allen Bradley)
    • Allen Bradley (brand)
    • Only brand name, direct replacement parts from the OEM are acceptable
  • Products Requested:

    • Contactor, NEMA Size 5, bus bar connection, part number 300-FOEN9311 (4 units)
    • Contactor, NEMA Size 5, part number 300-FOY9311 (2 units)
    • Terminal lug, part number 100-ETL370 (2 units)
    • Auxiliary contact, part numbers 100-ES1-B01 (4 units), 100-ES1-B10 (4 units), 100-ES1-11 (4 units)
    • Connection bar, part number 100-PCE5 (1 unit)
  • Unique or Notable Requirements:

    • Brand name mandatory: Only Allen Bradley/Rockwell Automation parts will be accepted due to compatibility and proprietary design
    • No alternate manufacturers or substitutes permitted
    • Traceability documentation required to verify OEM sourcing and compliance
    • 100% Small Business Set Aside
    • Delivery required to Pearl Harbor Naval Shipyard, Hawaii
  • Place of Performance/Delivery:

    • Pearl Harbor Naval Shipyard IMF, 667 Safeguard Street, Bldg 167-1, Pearl Harbor, HI 96860-5033
  • The procurement supports the replacement of obsolete components on Portal cranes to ensure standardization and operational reliability.

Description

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 SPMYM4-26-Q-3386. 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 6110 and the NAICS code is 335312. The Small Business Standard is 1250. This requirement is being processed utilizing 100% Small Business Set Aside. Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. This requirement is brand name mandatory to Rockwell Automation, parent company of Allen Bradley Company due to replacing obsolete components with OEM’s direct replacement parts as part of an equipment “refresh”. Quotations received that represent a different manufacturer will not be considered for award. Offerors are required to submit Traceability documentation (see attachment) to show how their quotation meets the required specifications. Failure to provide this information may result in your quotation being determined technically unacceptable. If your business sends two quotes for the same solicitation, the second will not be considered. One quote per solicitation, please. DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing:   CLIN 0001                                                      Quantity    Unit    Unit Price       Amount   CONTACTOR                                                             4              EA        ___          _ NEMA SIZE 5, BUS BAR CONNECTION, ALLEN BRADLEY/ROCKWELL AUTOMATION P/N: 300-FOEN9311 VENDOR INFORMATION Vendor Name: CAGE Code: Phone:  Email:  Quoted Valid for ___ Days YOUR COMPANY INFORMATION YOUR BUSINESS SIZE: ___ Large (LG), ___ Small (SB), ___ Small-Disadvantaged Business (SDB), ___ Veteran-Owned Small Business (VOSB), ___ Women-Owned Small Business (WOSB), ___ Economically Disadvantaged Women-Owned Small Business (EDWOSB), ___ Service Disabled Veteran Owned Small Business (SDOVSB), ___ (HUBZONE), ___ (8a). QUOTING AS MANUFACTURER? Yes __   No _ Name of Quoted Manufacturer _____________    QUOTING AS: AUTHORIZED DISTRIBUTOR   or   ___ THIRD PARTY DEALER Do you have dealer independence? Yes_____ No___  (does the MFR set your prices) SAM CAGE CODE of MFR: _____________ SHIPPING INFORMATION PLACE OF MFG/COUNTRY OF ORIGIN: ___/_  ESTIMATED DELIVERY TO PEARL HARBOR_______ Calendar Days ARO FOB TERMS: DESTINATION  SHIP TO:                                                       DoDAAC: N32253 Country Code: USA PEARL HARBOR NAVAL SHIPYARD IMF 667 SAFEGUARD STREET, BLDG 167-1 RECV 808- 473-8000X4961 PEARL HARBOR, HI 96860-5033 UNITED STATES Government Representative, DLA Distribution Email: distrcustomerservice@dla.mil                 Phone: 808-473-8000 X4961 Representations must be filled in below, and provided with the submission of the quote. Offers received without completed representations may not be considered for award. PRINTED NAME____________________________SIGNATURE_______________________  DATE___________ NOTE:  OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016,AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER.  *These are the clauses associated with this solicitation. The attached full text clauses is not specific to your solicitation but is provided for you to fill out 52.204-24, 52.204-26, 252.204-7016 . 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 52.204-24* See Attachment for this provision 52.204-26* See Attachment for this provision 52.204-29 FASCSA Representation* See Attachment for this provision 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services 52.212-3, Offeror Reps and Certs - Commercial Products and Commercial Services 52.212-4, Contract Terms and Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) in lieu of clause at FAR 52.223-23. 52.223-3, Hazardous Material Identification and Material Safety Data 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs 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 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 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 52.204-27 Prohibition on a ByteDance Covered Application 52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-50, Combating Trafficking in Persons 52.223-11, Ozone Depleting Substances   52.225-3, Buy American-Free Trade Agreements 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 52.247-64, 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 252.204-7015, 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. 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) 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) 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) 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) M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) 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 YM4 L331 REVIEW OF AGENCY PROTESTS Quoters are reminded to include a completed copy of 52.212-3 and it’s ALT I if not updated in SAM. This announcement will close 15 May 2026 at 12:00pm HST. The Point of Contact for this solicitation is Quincey “Lee” Dillenback who can be reached at quincey.dillenback.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 at quincey.dillenback.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 GPC, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF. ****** END OF COMBINED SYNOPSIS/SOLICITATION ********

View original listing