HANDLE, CASTING
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
DLA Weapons Support, Pearl Harbor, is soliciting quotes for one HANDLE, CASTING (NIALBRZ, MIL-B-24480) under a Combined Synopsis/Solicitation (RFQ SPMYM426Q0612). This is a 100% Small Business Set-Aside. The requirement is for a casting designed for seawater service, with specific material and testing standards. Quotes are due by January 27, 2026, at 06:00 AM HST.
Scope of Work
The opportunity requires the provision of one (1) HANDLE, CASTING, made from NICKEL-ALUMINUM BRONZE (UNS NO C95800), specifically for seawater immersion service. Key specifications include compliance with MIL-B-24480A DTD 20JUN1985 W/VALID NOT-2 DTD 24DEC2020, Non-Destructive Testing (NDT) per NAVSEA S9074-AR-GIB-010/278 (Category 1 / Sub Category D4), and a Criticality Level 3. The item must be provided in an "As Cast" condition with Commercial Packaging, Level C. A First Article is required per PARA 4.3.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Part 12, Simplified Acquisition Procedures FAR 13)
- RFQ Number: SPMYM426Q0612
- FSC Code: 2040 (Marine Hardware And Hull Items)
- NAICS Code: 336611 (Ship Building and Repairing)
- Small Business Standard: 1300 employees
- Set-Aside: 100% Total Small Business Set-Aside
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS and screened per FAR 9.104.
- Payment Terms: Net 30 Days AFTER acceptance of material. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are preferred payment methods. If GCPC is selected, a receiving report must be entered into WAWF.
Submission Requirements
Offerors must submit descriptive literature, a technical spec sheet, and proof of traceability with their quotation to demonstrate compliance with specifications. Failure to provide this may result in technical unacceptability. Only one quote per vendor is permitted. Required provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019 must be completed and included.
- Submission Method: Email quotations to leo.y.li.civ@us.navy.mil.
- Required Quote Information: Price(s), FOB point, Cage Code, point of contact (name and phone number), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method.
- Closing Date: January 27, 2026, 06:00 AM HST.
Key Clauses & Notes
This solicitation incorporates FAR and DFARS clauses in effect through FAC 2025-06 and DFARS Change Notice 20251110. Key clauses address telecommunications equipment prohibitions (e.g., Kaspersky Lab, ByteDance, FASCSA), supply chain security, and whistleblower rights. Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov/. If not the actual manufacturer, the manufacturer's name, location, and business size must be provided. DLAD and Local Clauses (YM4) cover aspects like supply chain traceability, product verification testing, and mercury exclusion.