Brakes
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 is soliciting quotes for Brand Name Mandatory Stearns Series Brake Components under a Combined Synopsis/Solicitation. This requirement is a 100% Total Small Business Set-Aside and will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Quotes are due by January 26, 2026, at 10:00 AM EST.
Purpose & Scope
The DLA Maritime – Portsmouth requires specific replacement parts for existing Stearns Series equipment. This procurement is for two distinct Stearns brake models:
- Item 0001: Stearns 82000 Series Brake (1 EA), P/N: 108204102247 match, with a Ductile Iron Endplate.
- Item 0002: Stearns 87000 Series Brake (1 EA), P/N: 108708100351 match, with a Ductile Iron Endplate.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) for commercial items, processed under FAR Part 12 and Simplified Acquisition Procedures (FAR Part 13 or 13.5).
- Set-Aside: 100% Total Small Business Set-Aside.
- FSC/NAICS: 3040 / 333923 (Size Standard: 1250 employees).
- Delivery Point: Portsmouth Naval Shipyard, Kittery, ME 03904.
- Government Required Delivery Date (RDD): April 15, 2026.
- Payment Terms: Net 30 Days AFTER material inspection and acceptance.
- Inspection: Final inspection will occur at the destination.
Key Requirements & Submission
- Pricing: Quotes must include freight costs. Offerors must use the provided RFQ Form attachment for pricing.
- Origin: Vendors must list the country of origin for each line item.
- Manufacturer Information: If not the manufacturer, provide the Manufacturer’s Name, Location, and Business Size.
- Mandatory Representations: Offerors must complete and include provisions FAR 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019. Failure to do so may result in non-consideration.
- SAM Registration: Offerors must be registered and active in SAM.gov.
- Submission Method: Quotes must be emailed to gary.1.chandler@dla.mil and CC: DLA-KME-QUOTATIONS@DLA.MIL.
Evaluation Criteria
- Basis: Lowest Price Technically Acceptable (LPTA).
- Award: The requirement will be evaluated as “All or None,” meaning a single award for both items.
- Reverse Auction: A reverse auction may be held.
- Responsibility: Potential contractors will be screened for responsibility in accordance with FAR 9.104. The Supplier Performance Risk System (SPRS) will be used in evaluation.
Important Notes
This solicitation incorporates numerous FAR, DFARS, DLAD, and Local clauses by reference, covering aspects such as supply chain traceability, packaging, Vendor Shipment Module (VSM) use, agency protests, and mercury control. The Buy American Act provisions apply.