Brand Name Mandatory Emerson Automation Clapper Assemblies
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 DLA MARITIME - PORTSMOUTH has issued a Combined Synopsis/Solicitation for Brand Name Mandatory Emerson Automation Solutions clapper assemblies for the Portsmouth Naval Shipyard in Kittery, ME. This requirement is for 20 units of 11" Valve Clapper Assemblies (Part Number S90051/300453). This is a Total Small Business Set-Aside. Quotes are due May 12, 2026, at 4:00 PM EST.
Scope of Work
The requirement is for the procurement of 20 units of 11" Valve Clapper Assemblies, which are proprietary parts from Emerson Automation Solutions. Bidders must supply the specific brand name and part number (S90051/300453) as detailed in Attachment-1. Delivery is required by April 30, 2027.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ for commercial items, FAR Part 12/13)
- Set-Aside: Total Small Business Set-Aside (100% Small Business)
- NAICS Code: 332911 (Small Business Size Standard: 750 employees)
- Product Service Code: 4820 (Valves, Nonpowered)
- Payment Terms: Net 30 Days after inspection and acceptance; Government Purchase Card (GPC) or Wide Area Workflow (WAWF) accepted.
- Place of Performance: Kittery, ME 03904, United States.
Key Requirements & Compliance
Offerors must comply with several critical requirements, including:
- Brand Name Mandatory: Only Emerson Automation Solutions parts will be considered.
- Cybersecurity: Compliance with NIST SP 800-171 DoD Assessment requirements and a current assessment posted in SPRS.
- DFARS: Adherence to Buy American Act provisions and representation for 252.204-7016 (Covered Defense Telecommunications Equipment or Services).
- Documentation: Provide country of origin for each line item and complete provisions 252.204-7016, 252.204-7019, and FAR 52.212-3 with its ALT I.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). The Government intends to make a single award without discussions.
- Quote Due Date: May 12, 2026, at 4:00 PM EST.
- Submission Method: Email quotations to thomas.applejr@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Required Information: Quotes must be complete, including pricing, FOB Destination, Cage Code, Point of Contact, GSA contract number (if applicable), business size, and preferred payment method.
- Eligibility: Offerors must be registered and active in the System for Award Management (SAM.gov).
Contact Information
For inquiries, contact Thomas Apple at Thomas.AppleJr@dla.mil.