GEAR SHOCK MOUNT
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 quotes for GEAR SHOCK MOUNTs (P/N 8577C07G01) under Request for Quotation (RFQ) SPMYM4-26-Q-3385. This is a Total Small Business Set-Aside for 16 units, with a strict Brand Name requirement for Curtiss-Wright parts. Quotes are due May 19, 2026, by 12:00 PM HST.
Scope of Work
This solicitation requires the procurement of 16 units of GEAR SHOCK MOUNT, CURTISS-WRIGHT P/N 8577C07G01 FROM DWG 4D98024. A critical requirement is traceability to Curtiss-Wright, which can be demonstrated via a quotation from Curtiss-Wright or a letter confirming authorized dealer/distributor status. No alternative materials will be accepted. The item is intended for the repair of SPU Operating Gear.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332510 (Hardware Manufacturing)
- PSC Code: 5340 (Hardware)
- Quote Due Date: May 19, 2026, 12:00 PM HST
- Requested Delivery Date: June 12, 2026 (FOB Destination)
- Published Date: May 14, 2026
Submission & Evaluation
Quotes must be submitted via email to angela.morrelli.civ@us.navy.mil with the subject line "II.S-1. Solicitation - SPMYM426Q3378". Required quote information includes company details, price, manufacturer name, country of origin, traceability to Curtiss-Wright, business size, delivery date/lead time, and reseller status (including any manufacturer pricing agreements). Failure to provide this information may result in an unacceptable quotation.
Evaluation will be based on Lowest Price Technically Acceptable (LPTA). Technical capability will be assessed on an acceptable/unacceptable basis, and price will be evaluated for reasonableness among technically acceptable offers. Offerors must be registered in the System for Award Management (SAM) database.
Key Clauses & Compliance
Bidders must comply with various FAR and DFARS clauses, including those related to the prohibition of certain telecommunications and video surveillance equipment (FAR 52.204-24, -25, -26, 252.204-7016) and the Federal Acquisition Supply Chain Security Act (FASCSA) orders (FAR 52.204-29, -30). DLAD Procurement Notes cover aspects such as supply chain traceability documentation, product verification testing, and evaluation of offers for part-numbered items. Local clauses require traceable objective quality evidence (OQE) and certifications.
Contact Information
For inquiries, contact Angela Morrelli at angela.morrelli.civ@us.navy.mil or 808-473-8000 ext. 6389.