HELMET LINER, COTTON - PER ATTACHMENT 01
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 - Portsmouth is soliciting quotes for 15,000 Cotton, Sock-Type Winter Helmet Liners for the Portsmouth Naval Shipyard in Kittery, ME. This is a 100% Small Business Set-Aside opportunity, with quotes due by May 18, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for 15,000 each of HAT LINER, SOCK TYPE WINTER, HELMET LINER, COTTON, as detailed in Attachment 01. These liners must be cotton knit, eggshell white, 11 inches long, without straps or snaps, and flame retardant. Preservation, packaging, and packing must follow commercial standards.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q6049)
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS: 315990 (All Other Textile Product Mills) with a 600-employee size standard
- FSC: 8415 (Clothing, Special Purpose)
- Place of Performance: Kittery, ME (Portsmouth Naval Shipyard)
- Payment Terms: Net 30 days after material inspection and acceptance. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are accepted payment methods.
Submission & Evaluation
- Quote Due: May 18, 2026, 10:00 AM EST
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical acceptability requires offerors to submit descriptive literature, a spec sheet, and an image demonstrating compliance with specifications. Failure to provide this may result in technical unacceptability.
- Responsibility: Vendor responsibility will be determined using PPIRS/SPRS in accordance with FAR 9.104.
- Required Submissions: Offerors must complete the required RFQ paperwork ("26Q6049 RFQ Required"), along with DFARS provisions 252.204-7016 and 252.204-7019 (NIST SP 800-171 DoD Assessment requirements). A completed FAR 52.212-3 (and ALT I if not updated in SAM) is also required.
- Submission Method: Email quotes to jannell.moriarty@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Registration: Offerors must be registered and active in SAM.gov.
Key Clauses & Notes
Numerous FAR, DFARS, DLAD, and local clauses apply, covering areas such as cybersecurity (e.g., safeguarding covered contractor information systems), small business representations, supply chain traceability, product verification testing, and specific DLA/Portsmouth Naval Shipyard requirements for invoicing, payment, and material handling. Offerors must indicate their business size, country of origin for each line item, and if items are Price Listed or GSA.