0RING

SOL #: SPMYM4-26-Q-2761Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PEARL HARBOR
PEARL HARBOR, HI, 96860-5033, United States

Place of Performance

Place of performance not available

NAICS

Gasket (339991)

PSC

O Ring (5331)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 29, 2026
2
Submission Deadline
Jan 30, 2026, 10:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Defense Logistics Agency (DLA) Weapons Support, Pearl Harbor, has issued a Combined Synopsis/Solicitation (RFQ SPMYM426Q2761) for the procurement of O-Rings (Part Number 2099-279) and associated shipping. This requirement is a 100% Small Business Set-Aside. Responses are due by January 30, 2026, at 12:00 PM HST.

Scope of Work

DLA Weapons Support, Pearl Harbor, requires 20 O-Ring Seal Part Number 2099-279 (from TM EE134-AT-OMP-010 ITEM 6.4) and shipping/delivery to Pearl Harbor Naval Shipyard IMF, 667 Safeguard Street, Bldg 167-1 RECV, Pearl Harbor, HI 96860-5033. The FOB point is Destination.

Contract & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM426Q2761)
  • Set-Aside: 100% Small Business Set-Aside (NAICS 339991, Small Business Standard 600 employees; FSC 5331)
  • Anticipated Period of Performance: October 1, 2025, through October 1, 2026
  • Response Due: January 30, 2026, 12:00 PM HST
  • Published: January 29, 2026

Submission & Evaluation

This procurement uses Simplified Acquisition Procedures and will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Vendor responsibility will be screened using PPIRS in accordance with FAR 9.104. Offerors must submit:

  • Descriptive literature demonstrating how the quotation meets required specifications.
  • A technical spec sheet and proof of traceability. Failure to provide this may result in technical unacceptability.
  • Completed provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019.
  • A completed copy of 52.212-3 and ALT I if not updated in SAM.gov.
  • Only one quote per vendor is permitted. Quotes must include: price(s), FOB point, Cage Code, point of contact (name and phone number), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method (Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF)). Payment terms are Net 30 Days AFTER acceptance of material. All quotes must be submitted via email to Leo Li at leo.y.li.civ@us.navy.mil.

Key Requirements & Notes

  • Quoters must be registered in the System for Award Management (SAM) database (www.sam.gov).
  • If not the actual manufacturer, the Manufacturer’s Name, Location, and Business Size must be provided.
  • The solicitation incorporates provisions and clauses in effect through FAC 2025-06 (Oct 1, 2025) and DFARS Change Notice 20251110. A separate document, "Clauses.docx," provides details on various FAR, DFARS, and DLAD clauses, including those related to telecommunications, supply chain security, and payment instructions.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
0RING | GovScope