Opportunity
SAM #SPMYM4-26-Q-3398
DLA Maritime - Pearl Harbor requests 8 Tescom Dome Regulators
Buyer
DLA Maritime Pearl Harbor
Posted
May 16, 2026
Respond By
May 20, 2026
Identifier
SPMYM4-26-Q-3398
NAICS
332919, 423490
DLA Maritime - Pearl Harbor is seeking quotes from small businesses for the supply of Tescom Dome Regulators. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor - Contracting office located at Pearl Harbor Naval Shipyard IMF, 667 Safeguard St Suite 100, Pearl Harbor, HI 96860-5033 - OEM and Vendor Details: - Original Equipment Manufacturer (OEM): Tescom - Part number: 26-1161-282 - Products Requested: - 8 units of Tescom Dome Regulator - 316 stainless steel construction - Externally loaded - NFPT inlet and outlet - 1/4" NPT female dome port - 1/2" inlet and outlet port size - 0.375" orifice - Unique Requirements: - 100% set aside for small businesses - Offerors must submit descriptive literature showing compliance with specifications - Manufacturer and country of origin must be listed for each line item - Only one quote per vendor will be accepted - Delivery is FOB destination to Pearl Harbor Naval Shipyard IMF - Place of Performance and Delivery: - Pearl Harbor Naval Shipyard IMF, 667 Safeguard St Suite 100, Pearl Harbor, HI 96860-5033 - Delivery location specified as Bldg 167-1 RECV, Pearl Harbor Naval Shipyard IMF - No services are requested in this solicitation - Evaluation criteria include technical acceptability, price, and delivery - Payment via Wide Area Workflow (WAWF) with Net 30 terms after inspection and acceptance
Description
Combined Synopsis/Solicitation for Commercial Items This combined synopsis/solicitation has been prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR part 12, as supplemented with 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. It will be posted to SAM.gov. The RFQ number is SPMYM426Q3398. 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 contractor's responsibility to be familiar with the applicable clauses and provisions, which can be accessed at: 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 4820 and the NAICS code is 332919. The Small Business Standard is 750 employees or fewer. This requirement is being processed as a 100% set aside for small businesses. Vendor Responsibility and Submission Requirements SPR 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 demonstrating how their quotation meets the required specifications. Failure to provide this information may result in the quotation being deemed technically unacceptable. Interested parties must fill out the required request for quote form available in the attachment section. Only one quote per vendor is accepted; multiple quotes will not be considered. The required delivery date should be the earliest possible delivery date. DLA Weapons Support, Pearl Harbor, requests responses from qualified sources capable of providing: Item Description QTY: 8 EA Unit Price: $_____, Total Price: $____ CLIN 0001: Description Regulator, Dome Includes: Pressure regulator; 316SS; externally loaded; NFPT inlet and outlet; 1/4" NPT female dome port; 1/2" inlet and outlet port size; 0.375" orifice. TESCOM P/N 26-1161-282. 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 Offerors must complete the attached provisions 252.204-7016 and include the completed provisions with their offer. Vendors shall list the manufacturer and country of origin for each line item. FAR clauses and provisions include, but are not limited to: 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) 52.222-90, Addressing DEI Discrimination by Federal Contractors 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 52.246-15, Certificate of Conformance 52.247-64, Preference for Privately Owned US-Flag Commercial Vessels DFARS clauses and provisions include, but are not limited to: 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 252.247-7023, 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 closes on Wednesday, May 20, 2026, at 1300 HST. The point of contact is Vanessa Garcia, reachable at vanessa.a.garcia18.civ@us.navy.mil. All responsible sources may submit a quote for consideration. Quotations must be registered in the System for Award Management (SAM). Registration is free and available at http://www.sam.gov. Manufacturer's name, location, and business size must be provided if not the actual manufacturer. Submit quotations via email to vanessa.a.garcia18.civ@us.navy.mil. All quotes should include price(s), FOB point, Cage Code, contact information, GSA contract number if applicable, business size under NAICS, and payment preference (Government Commercial Purchase Card or Wide Area Workflow). The government’s payment terms are Net 30 days after acceptance. If GPC is preferred, a receiving report must be entered into WAWF per DFARS 232.7002. End of Combined Synopsis/Solicitation