Brand Name Mandatory Panduit Strapping
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
DLA Maritime – Portsmouth, on behalf of the Portsmouth Naval Shipyard, has issued a Combined Synopsis/Solicitation (RFQ SPMYM326Q2018) for Brand Name Mandatory Panduit Strapping. This requirement is a 100% Small Business Set-Aside. The solicitation seeks quotations for 200 rolls of specific Panduit strapping. Quotations are due by February 18, 2026, at 4:00 PM EST.
Scope of Work
The requirement is for NYLON COATED STRAPPING, specifically STAINLESS STRAPPING, 1/2 INCH X 0.020 INCH AISI 304, NYLON COATED SST, with the PANDUIT PART# NCMSCNW50T20CR4. Only this brand and part number will be considered. The procurement is for 200 rolls (RO) to be delivered to Kittery, ME 03904.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q2018) for commercial items, prepared under FAR Part 12 and Simplified Acquisition Procedures (FAR 13).
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- Product/Service Codes: FSC 5330 (Packing And Gasket Materials), NAICS 339991 (Small Business Standard: 600 employees).
- Place of Performance: Kittery, ME 03904, United States.
- Payment Terms: Net 30 Days after acceptance of material. GPC or WAWF are accepted payment methods.
Key Requirements & Deliverables
- Supply 200 rolls of Panduit Part# NCMSCNW50T20CR4 (NYLON COATED STRAPPING).
- Meet or exceed the Government Required Delivery Date (RDD).
- Provide delivered prices (FOB Destination).
- Comply with Buy American Act provisions if over $15,000.00.
- Adhere to specific packaging (Standard Commercial Practice) and inspection requirements (Final Inspection at Destination).
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Award may be made without discussions.
- Submission Method: Quotations must be submitted via email to Thomas.AppleJr@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Required Information: Quotes must include price(s), FOB point, Cage Code, point of contact (name and phone), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method.
- Mandatory Forms/Provisions: Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019. A completed copy of 52.212-3 and its ALT I is also required if not updated in SAM.
Eligibility & Compliance
- Set-Aside: This is a 100% Small Business Set-Aside. Offerors must indicate their specific business size.
- SAM Registration: Offerors must be registered and active in the System for Award Management (SAM.gov).
- Cybersecurity: Compliance with NIST SP 800-171 DoD Assessment Requirements (DFARS 252.204-7019, 252.204-7020) may be required, with current assessments posted in SPRS.
- Telecommunications Restrictions: Offerors must address prohibitions on certain telecommunications equipment/services (FAR 52.204-25, DFARS 252.204-7016).
- Supply Chain Security: Adherence to FASCSA orders (FAR 52.204-30) is required.
Deadline & Contact
- Quotations Due: February 18, 2026, at 4:00 PM EST.
- Primary Contact: Thomas Apple (Thomas.AppleJr@dla.mil).