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) Weapons Support, Pearl Harbor, is soliciting quotes for a CASTING, SLEEVE under a Combined Synopsis/Solicitation (RFQ SPMYM426Q3211). This requirement is a Total Small Business Set-Aside and seeks qualified sources to provide a specific copper-nickel sleeve and associated data requirements. Quotes are due by February 27, 2026, at 10:00 AM HST.
Scope of Work
The opportunity requires the provision of one CASTING, SLEEVE (Forward Bearing Journal Sleeve, CU-NI, 70/30, Level I Material, SUBSAFE). Key specifications include rough machined dimensions of 25.250" OD x 22.915" ID x 104" Length, with specific tolerances and an approximate 250 RMS finish. The final machining will be completed by the shipyard.
Associated deliverables include multiple Contract Data Requirements Lists (CDRLs) for various certifications and reports, such as Test Certifications, Special Emphasis C of C, Production Radiography, Radiographic Shooting Sketches, Inspection and Test Plan, and Chemical/Mechanical Certifications. All data submissions must be made via Wide Area Work Flow (WAWF) to Pearl Harbor Naval Shipyard.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (FAR Part 12, Simplified Acquisition Procedures FAR Part 13)
- FSC Code: 2010 (Ship And Boat Propulsion Components)
- NAICS Code: 336612 (Small Business Standard: 1000 employees)
- Set-Aside: Total Small Business
- Response Due: February 27, 2026, 10:00 AM HST
- Published: February 24, 2026
- Place of Performance/Delivery: Pearl Harbor Naval Shipyard IMF, Pearl Harbor, HI
Evaluation
Award will be based on Lowest Price Technically Acceptable (LPTA) criteria. Technical capability will be evaluated first; only technically acceptable offers will proceed to price evaluation. Vendor responsibility will be determined using PPIRS in accordance with FAR 9.104. Offerors must submit descriptive literature demonstrating how their quotation meets all required specifications, as failure to do so may result in technical unacceptability.
Submission Requirements & Notes
Offerors must complete and submit specific provisions (52.204-24, 52.204-26, 252.204-7016, 252.204-7019) with their offer. Quotes must include price(s), FOB point (Destination), Cage Code, a point of contact, GSA contract number (if applicable), business size, and preferred payment method (Government Commercial Purchase Card or WAWF). Payment terms are Net 30 Days AFTER acceptance of material. All quotes and questions should be submitted via email to the Contract Specialist, Kailie Thomas (kailie.m.thomas.civ@us.navy.mil). Offerors must be registered in SAM.gov.