Hinge Springs (heat treat, shot peen)
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 has issued a Combined Synopsis/Solicitation (RFQ SPMYM326Q3111) for Hinge Springs (Right and Left Hand). This opportunity is a 100% Small Business Set-Aside and seeks qualified sources to provide these commercial items for the Portsmouth Naval Shipyard in Kittery, ME. Quotations are due by January 29, 2026, at 3:00 PM EST.
Scope of Work
The solicitation requests the provision of specific hinge springs:
- CLIN 0001: Hinge Spring, Right Hand (1 EA)
- CLIN 0002: Hinge Spring, Right Hand (2 EA)
- CLIN 0003: Hinge Spring, Left Hand (1 EA)
- CLIN 0004: Hinge Spring, Left Hand (2 EA)
All items must conform to the attached RFQ and Attachment 1 (Drawing DWG ERHBLANK-A2630 REV N). The starting material for the springs must be Beryllium Copper Rod, IAW ASTM-B196, Alloy C17200, Temper TB00. Access to Attachment 1, which is Distribution D, requires the submission of both an approved DD Form 2345 and a completed Attachment 2 Security Agreement.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) for commercial items, using Simplified Acquisition Procedures.
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 332613 (Small Business Standard: 600).
- FOB Point: Destination.
- Required Delivery Date (RDD): May 8, 2026.
- Payment Terms: Net 30 Days AFTER material inspection and acceptance. Payment can be via Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF).
Submission & Evaluation
- Quotations Due: January 29, 2026, at 3:00 PM EST.
- Submission Method: Email quotations to Emily.Kritzman@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). The Government intends to make an award without discussions.
- Required Submittals: Offerors must submit descriptive literature (brochures, material certifications, procedures) to demonstrate technical compliance. Additionally, completed provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019 must be included, along with a completed 52.212-3 Alt 1. Offerors must also provide manufacturer's name, location, and business size if not the actual manufacturer.
- Registration: Offerors must be registered and active in SAM.gov. SPRS will be used for vendor responsibility screening.
Key Compliance Requirements
Bidders must adhere to numerous FAR and DFARS clauses, including those related to telecommunications equipment and services (e.g., 52.204-26, 252.204-7016), supply chain security (FASCSA), and cybersecurity (NIST SP 800-171 DoD assessment requirements, 252.204-7019, 252.204-7020). The Buy American Act provisions apply, and vendors must list the country of origin for each line item. Local clauses provide specific instructions on invoicing, data access, and material handling.