CLUTCH, POSITIVE
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 proposals for a positive clutch, non-vehicular, self-synchronizing, size 140T, P/N: SL14726, required for a DDG-51 class main reduction gear. This is a Firm Fixed-Price contract set aside for Small Businesses. Offers are due by April 6, 2026, at 12:00 AM Hawaii Standard Time.
Purpose & Scope
The government requires the procurement of a specific positive clutch (P/N: SL14726) to meet operational requirements for DDG-51 class main reduction gears. Key deliverables include the specified clutch, DoD unique identification, supply chain traceability documentation, and proof of inspections/tests. The item must be free of mercury or mercury compounds. Alternate parts are not acceptable, and offers not complying with line items may be deemed non-responsive.
Contract Details
- Type: Firm Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5), including specific categories such as HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB).
- NAICS: 333612 (750 employees size standard).
- Payment: Wide Area WorkFlow (WAWF).
- Inspection & Acceptance: At Destination (Pearl Harbor Naval Shipyard IMF).
- Delivery: Required by April 30, 2026.
Submission & Evaluation
- Offers Due: April 6, 2026, at 12:00 AM Hawaii Standard Time.
- Submissions must be sent via email to the Contracting Specialist, Wongduean Guajardo (wongduean.a.guajardo.civ@us.navy.mil).
- Quotations must represent a firm-fixed price for the entire requirement, with no post-award price increases. Offerors must unconditionally accept all terms and conditions.
- Evaluation Factors: Technical Acceptability, Delivery, and Price.
- Award will be made to the responsible offeror whose proposal is most advantageous to the government, considering the stated factors.
- The solicitation incorporates FAR 52.212-1, 52.212-4, and 52.212-5 by reference.
Contact
All questions must be submitted electronically to Wongduean Guajardo at wongduean.a.guajardo.civ@us.navy.mil.