HOSE ASSY
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 has issued a combined synopsis/solicitation for the procurement of Hose Assemblies to support operations at the Pearl Harbor Naval Shipyard IMF. This requirement is a 100% Total Small Business Set-Aside and will be awarded on a Lowest Price Technically Acceptable (LPTA) basis. Quotes are due by January 29, 2026.
Scope of Work
The contractor shall provide a total of 40 hose assemblies with the following specifications:
- CLIN 0001: 20 units of 4" diameter x 50' long rubber hose assemblies.
- CLIN 0002: 20 units of 4" diameter x 25' long rubber hose assemblies.
- Technical Requirements: Assemblies must consist of rubber hose (Texcel Gamma-Flex Tank 300 or equivalent), male/female cam & groove adapters, and interlocking crimp ferrules.
- Testing & Certification: Each assembly requires hydrostatic strength testing at 300 PSIG for 10 minutes, visual inspection, and a unique serial number etched on the ferrule. Written certifications and technical spec sheets are mandatory.
- Delivery: FOB Destination to Pearl Harbor, HI.
Contract & Timeline
- Solicitation Number: SPMYM426Q2620
- Contract Type: Firm Fixed-Price (Simplified Acquisition Procedures)
- Set-Aside: Total Small Business (NAICS 332999, size standard 750 employees)
- Response Deadline: January 29, 2026, 12:00 PM HST
- Payment Terms: Net 30 days after acceptance via WAWF or GCPC.
Evaluation
Award will be based on Lowest Price Technically Acceptable (LPTA). Offerors must submit descriptive literature, technical spec sheets, and proof of traceability. Failure to provide these documents or the required "SPMYM426Q2620 QUOTE FORM" may result in a technically unacceptable determination. Vendor responsibility will be screened via PPIRS/SPRS.
Additional Notes
Offerors must complete and return specific FAR/DFARS provisions (52.204-24, 52.204-26, 252.204-7016, and 252.204-7019) with their quote. If the offeror is not the manufacturer, they must provide the manufacturer's name, location, and business size.