CASTING, SLEEVE
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 - Pearl Harbor is soliciting quotes for a CASTING, SLEEVE (Level I material, Cu-Ni, 70/30, SUBSAFE) for use at the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility, HI. This is a Total Small Business Set-Aside opportunity. Quotes are due by February 27, 2026, at 12:00 PM (Hawaii time).
Scope of Work
The requirement is for one (1) rough-machined Forward Bearing Journal Sleeve, made of Copper-Nickel (70-30) alloy, compliant with ASTM B369-24, UNS ALLOY C96400. It must be a Level I material and SUBSAFE certified. Key dimensions are 25.250" OD x 22.915" ID x 104" LENGTH, with specified tolerances and an approximate 250 RMS finish. The contractor must provide Level I material certifications, chemical analysis, mechanical properties test reports (per DI-MISC-81020), dimensional reports, markings, weldability testing, and radiographic testing. Densities must be qualified per DWG 203-6225709 REV C, Piece 42, Note 49, and RT acceptance criteria per NAVSEA S9074-AR-GIB-010/278 CHG A. Final machining will be accomplished by the shipyard. An effective quality assurance control system compliant with ISO-9000 is required.
Contract Details
This is a Combined Synopsis/Solicitation (RFQ SPMYM4-26-Q-3219) for commercial items, processed using Simplified Acquisition Procedures.
- Contract Type: Firm Fixed Price for all CLINs.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336612 (Ship Building and Repairing), Small Business Standard: 1000 employees.
- FSC Code: 2010 (Ship And Boat Propulsion Components).
- Evaluation: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS. Offerors must submit descriptive literature to demonstrate technical acceptability.
- Delivery: FOB Destination to Pearl Harbor Naval Shipyard IMF, HI, by March 30, 2026.
- Payment: Via Wide Area Work Flow (WAWF), Net 30 Days after acceptance of material. DCMA source inspection is required before shipment.
Submission Requirements
Quotes must be submitted electronically via email to Tehani.E.DiazZelayaRios.civ@us.navy.mil. Required information includes:
- Price(s) for each item, including shipping (FOB Destination).
- CAGE Code, DUNS Number, SAM registration status, TAX ID NO.
- Point of Contact (name and phone number).
- GSA contract number (if applicable).
- Business size under the specified NAICS Code.
- Payment preference (GCPC or WAWF).
- Completed provisions: FAR 52.204-24, 52.204-26, DFARS 252.204-7016, and 252.204-7019.
- Descriptive literature to show compliance with specifications.
Important Notes
Interested vendors must have access to referenced drawings 4457003 REV Z and 545-4494267 REV N, as these will not be provided. An additional document, the Contracts Data Requirements List (Exhibit A), can be requested from the Contract Specialist. Certification data and radiographic documentation must be submitted via WAWF, with specific instructions for "Ship to," "Inspect by," and "Accept by" codes (N32253, S4306A, N32253 respectively) and email notification to the Contract Specialist. Radiographic documentation is due within 150 days after contract award. Quoters must be registered in SAM.gov.