HOSE, VACUUM 2"& 3"
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 (RFQ SPMYM426Q3224) for the procurement of 2-inch and 3-inch vacuum hoses. This opportunity is a 100% Total Small Business Set-Aside and seeks qualified sources to provide commercial items under Simplified Acquisition Procedures. Quotes are due by March 2, 2026, at 7:00 AM HST.
Scope of Work
The requirement is for:
- 30 Each of 2-inch ID x 100 ft long, heavy-duty vacuum hose, featuring an extra thick polyurethane-liner with rigid PVC spiral reinforcing and copper wire for static dissipation (BLASTONE P/N AHCVP050100).
- 30 Each of 3-inch ID x 100 ft long, heavy-duty vacuum hose, with a polyurethane liner, rigid PVC spiral, capable of withstanding full vacuum and pressures, flexible, lightweight, and including copper wire for static dissipation (BLASTONE P/N AHCVP075100 or KURIYAMA P/N STIG300X100). All items are to be delivered FOB Destination to Pearl Harbor Naval Shipyard IMF, HI. Shipping costs must be included in the unit price.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM426Q3224)
- Set-Aside: Total Small Business
- NAICS Code: 326220 (Rubber and Plastics Hose and Belting Manufacturing) with an 800-employee size standard.
- Product Service Code (PSC): 4720 (Hose And Flexible Tubing)
- Response Due Date: March 2, 2026, 7:00 AM HST
- Published Date: February 25, 2026
Evaluation Criteria
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Offerors must demonstrate technical acceptability by submitting descriptive literature, a technical specification sheet, and proof of traceability for their quoted products. Failure to provide this information may render a quotation technically unacceptable. Vendor responsibility will be determined using PPIRS/SPRS in accordance with FAR 9.104.
Submission Requirements
Offerors must submit quotes via email to kailie.m.thomas.civ@us.navy.mil. Required documentation includes:
- Completed provisions: FAR 52.204-24, 52.204-26, DFARS 252.204-7016, and 252.204-7019 (as attached).
- Completed FAR 52.212-3 and its ALT I.
- Indication of whether quoting as a manufacturer, authorized distributor, or third-party dealer, including manufacturer's name and size.
- SAM CAGE Code, DUNS, and TIN.
- Price(s), FOB point, point of contact, name and phone number, GSA contract number (if applicable), business size under the NAICS Code.
- Preferred payment method: Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Note: Net 30 Days payment terms. If GCPC is selected, a receiving report must be entered into WAWF.
- Country of origin for each line item.
Key Clauses and Provisions
The solicitation incorporates numerous FAR and DFARS clauses, including those related to telecommunications equipment restrictions (e.g., 52.204-25, 252.204-7018), supply chain security (e.g., 52.204-29, 252.204-7012), and payment instructions (e.g., 252.232-7006 WAWF). Specific DLAD clauses and procurement notes cover areas like contractor retention of supply chain traceability documentation (C03), product verification testing (E05), and the use of Supplier Performance Risk System (SPRS) in past performance evaluations (L08). Bidders must review all incorporated clauses and provisions, especially those requiring specific representations and certifications, as non-compliance may affect eligibility.
Contact Information
For questions regarding this solicitation, contact Kailie Thomas at kailie.m.thomas.civ@us.navy.mil. Offerors must be registered in SAM.gov to be considered for award.