1-1/2" IPS 90° FLANGED ELBOW
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) Maritime - Portsmouth has issued a Combined Synopsis/Solicitation (RFQ SPMYM326Q6022) for 1-1/2" IPS 90° Flanged Elbows and associated data requirements. This opportunity is for commercial items, processed using Simplified Acquisition Procedures, and will result in a single award based on the Lowest Price Technically Acceptable (LPTA) evaluation criteria. The requirement is for full and open competition, with a small business size standard of 550 employees under NAICS code 332996.
Scope of Work
The Portsmouth Naval Shipyard requires two (2) units of 1-1/2" IPS 90° Flanged Elbows, specifically grooved flange x sil brazed, ASTM B505, C90300 material, rated for 700 PSI WOG, 1050 PSI TEST, and 160°F (MAX). These elbows must meet Pc No 1507 of DWG: 255389 Rev D. Drawings are available upon request after providing a valid DD Form 2345 and signed security agreement.
Additionally, the solicitation requires several data items:
- A001: Certificate of Quality Compliance (CDRL DI-MISC-81356A).
- A002: Chemical & Mechanical Certification (CDRL DI-MISC-80678), with quantitative test results.
- A003: Hydrostatic Test Certification (CDRL DI-MISC-80678), including vendor hydrostatic results/report for testing at 1050 +2/-0% PSIG using fresh water for a minimum of 5 minutes, with no leakage or permanent deformation.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q6022)
- Set-Aside: None (Full and Open Competition)
- NAICS Code: 332996 (Small Business Size Standard: 550 employees)
- FSC Code: 4730 (Hose, Pipe, Tube, Lubrication, And Railing Fittings)
- Evaluation: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS and FAR 9.104.
- Payment Terms: Net 30 Days AFTER acceptance of material. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are accepted payment methods.
Key Requirements for Submission
Offerors must submit descriptive literature demonstrating how their quotation meets the required specifications. Failure to provide this may result in technical unacceptability. If not the manufacturer, proof of traceability, manufacturer's name, location, and business size must be provided. Only one quote per vendor is allowed.
Mandatory forms to complete and include with the offer are FAR 52.204-24, 52.204-26, DFARS 252.204-7016, and 252.204-7019. Offerors must also complete FAR 52.212-3 and its ALT I if not updated in SAM.
Important Clauses & Compliance
Bidders must be familiar with and comply with numerous FAR and DFARS clauses, including those related to:
- Telecommunications & Supply Chain Security: Prohibitions on covered telecommunications and video surveillance equipment/services (FAR 52.204-24, 52.204-25, 52.204-26, DFARS 252.204-7016, 252.204-7018) and Federal Acquisition Supply Chain Security Act (FASCSA) orders (FAR 52.204-29, 52.204-30).
- Cybersecurity: NIST SP 800-171 DoD Assessment Requirements (DFARS 252.204-7019, 252.204-7020). Offerors must have a current assessment posted in SPRS or submit a Basic Assessment.
- Small Business: FAR 52.219-1 for small business representations.
- Payment & Invoicing: WAWF payment instructions (DFARS 252.232-7006) and electronic submission of payment requests (DFARS 252.232-7003).
- Buy American Act: DFARS provisions apply for purchases over $15,000.00.
- Other: Clauses covering ByteDance prohibition, unique item identification, and various DLA and local Portsmouth Naval Shipyard requirements (e.g., mercury control, marking of shipments, consignment instructions).
Submission & Deadline
Quotes are due by January 30, 2026, at 2:00 PM ET. Submissions must be sent via email to jannell.moriarty@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL. Quotes must include price(s), FOB point, Cage Code, point of contact, GSA contract number (if applicable), business size, and preferred payment method. Offerors must be registered in SAM.gov.