Hose Assembly
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) Weapons Support Pearl Harbor is soliciting offers for Hose Assemblies (Product Service Code 4730) for use at the Pearl Harbor Naval Shipyard. This opportunity is a Total Small Business Set-Aside. Offers are due by April 9, 2026, at 9:00 AM Hawaii Standard Time.
Scope of Work
This solicitation requires the procurement of 8 each Freshwater or Seawater Suction/Discharge Fire Main Hose Assemblies (4" ID X 15' Long) and associated shipping. The hose assemblies must meet detailed technical specifications, including:
- Hose: Nonmetallic, high UV protection, abrasion resistance, 250 PSI minimum working pressure, 1,000 PSI burst pressure. Tube must be Nitrile rubber (Class B), with multiple plies of synthetic textile fabrics and high-tensile strength wire helix reinforcement. The cover must be black with a contrasting red brand strip, non-slip, and resistant to UV exposure and weathering for at least 8 years. Rated for full vacuum to 250 PSI.
- End Fittings: Heavy-duty brass male and female cam and groove adapters (300 psi) with stainless steel cam arms, pins, and pull rings. Interlocking ferrules must be "Pro-Grip C50SS Stainless Steel Crimp Ferrule." Fittings must meet Commercial Item Description (CID) A-A-59326.
- Marking: Continuous ink-branded or stencil painted with brand, model, working pressure, and date of manufacture.
- Packaging: Must prevent damage (kinking, gouges, cuts, abrasions) and deformation of fittings, respecting a minimum bend radius of 16 inches or less.
- Testing & Certification: Each assembly requires hydrostatic strength testing at 275 PSIG for 10 minutes. A unique serial number must be assigned and marked, with written certification of satisfactory testing and assembly. Certificate of Conformance is required.
- "Or-Equal" Items: Offers for "Or-Equal" items require prior approval.
Contract & Timeline
- Opportunity Type: Solicitation
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 326122 (Size Standard: 750 employees)
- Place of Performance/Delivery: Pearl Harbor Naval Shipyard IMF, JBPHH, HI, United States (DODAAC: N32253)
- Delivery Date: 8 hose assemblies by May 11, 2026.
- Offer Due Date: April 9, 2026, 9:00 AM Hawaii Standard Time
- Published Date: April 7, 2026
Evaluation & Submission
Award will be made to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, considering Technical Capability, Price, and Delivery. Technical capability will be evaluated first; if deemed unacceptable, the price will not be evaluated. The lowest priced technically acceptable offeror will be selected. An evaluation factor of $2,500 will be added to offers proposing origin inspection. Payment will be made via Wide Area WorkFlow (WAWF).
Quotes are due via e-mail to joseph.w.east.civ@us.navy.mil. The solicitation number, SPMYM4-26-Q-3302, must be included in the subject line.