DRILL HEAD; MAGNET ASSY; POWER UNIT
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 specific DAYTON LAMINA brand items: a Drill Head (B10065H), a Magnet Assembly (4CLB), and a Power Unit (HPU440-OUTLET 440V W/110V OUTLET). This is a Total Small Business Set-Aside combined synopsis/solicitation (RFQ SPMYM426Q3351) with proposals due by May 6, 2026, at 9:00 AM HST.
Scope of Work
The requirement is for the supply of three specific items, all brand name mandatory from DAYTON LAMINA. This brand name restriction is due to existing fixtures and special tooling configured for Lamina's products, aiming to prevent waste and work stoppage. Delivery is required FOB Destination to the Pearl Harbor Naval Shipyard IMF in Pearl Harbor, HI.
Contract Details & Evaluation
This is a Combined Synopsis/Solicitation for commercial items, prepared in accordance with FAR Part 12 and Simplified Acquisition Procedures (FAR Part 13). It is designated as a Total Small Business Set-Aside under NAICS code 333517 (Industrial Machinery Manufacturing) with a 500-employee small business standard. The evaluation criteria is Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS in accordance with FAR 9.104. Payment terms are Net 30 Days AFTER acceptance of material. The solicitation incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Change Notice 20251110, including various FAR, DFARS, and DLAD clauses related to telecommunications, supply chain security, and payment processing.
Submission Requirements
Offerors must submit descriptive literature demonstrating how their quotation meets the required specifications, along with a technical spec sheet and proof of traceability. Failure to provide this information may result in technical unacceptability. Required provisions to complete and include with the offer are 52.204-24, 52.204-26, 252.204-7016, 252.204-7019, and 52.212-3 with ALT I. Quotes must include prices, FOB point, Cage Code, a point of contact (name and phone number), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method (Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF)). Offerors must be registered in the System for Award Management (SAM.gov).
Key Dates & Contact
Quotes are due by May 6, 2026, at 9:00 AM HST. All quotations should be submitted via email to Kailie Thomas at kailie.m.thomas.civ@us.navy.mil.