DRILL HEAD; MAGNET ASSY; POWER UNIT

SOL #: SPMYM426Q3351Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

JBPHH, HI

NAICS

Machine Tool Manufacturing (333517)

PSC

Machine Shop Sets, Kits, And Outfits (3470)

Set Aside

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

Timeline

1
Posted
May 4, 2026
2
Submission Deadline
May 6, 2026, 7:00 PM

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.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 4, 2026
DRILL HEAD; MAGNET ASSY; POWER UNIT | GovScope