CLUTCH, POSITIVE

SOL #: SPMYM4-26-Q-3279Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PEARL HARBOR
PEARL HARBOR, HI, 96860-5033, United States

Place of Performance

Place of performance not available

NAICS

Speed Changer (333612)

PSC

Torque Converters And Speed Changers (3010)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 1, 2026
2
Submission Deadline
Apr 6, 2026, 10:00 AM

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.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 1, 2026
CLUTCH, POSITIVE | GovScope