LASER WELDER
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 quotes for a MILLER OPTX 2KW HANDHELD LASER WELDER, PN 951000109. This is a 100% Small Business Set-Aside opportunity, with proposals evaluated on a Lowest Price Technically Acceptable (LPTA) basis. The required delivery date for the item is Monday, May 11, 2026, 1200 hrs HST, and quotes are due by the same date and time.
Scope of Work
The requirement is for one (1) MILLER OPTX 2KW HANDHELD LASER WELDER, PN 951000109. Pricing must be FOB destination and include shipping and delivery to PEARL HARBOR NAVAL SHIPYARD IMF, 667 SAFEGUARD ST SUITE 100, PEARL HARBOR, HI 96860-5033. Offerors must provide descriptive literature demonstrating how their quotation meets the required specifications and list the product manufacturer name, location, business size, and country of origin for each line item.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM4-26-Q-0854)
- FSC Code: 5995 (Miscellaneous Maintenance And Repair Shop Specialized Equipment)
- NAICS Code: 331210 (Iron and Steel Forging), Small Business Standard: 1000 employees
- Set-Aside: 100% Small Business Set-Aside
- Quote Due: Monday, May 11, 2026, 1200 hrs HST
- Required Delivery Date: Monday, May 11, 2026, 1200 hrs HST
- Published: May 7, 2026
Evaluation
Award will be made to the responsible offeror with the Lowest Price Technically Acceptable (LPTA) quote. Evaluation factors, ranked in order of importance, are: Price, Technical Capability, and Delivery. Technical capability will be rated Acceptable or Unacceptable based on adherence to specifications and provision of exact items. Delivery will be assessed on meeting the Required Delivery Date or proposing the nearest alternative. Potential contractors will be screened for responsibility using SPRS and in accordance with FAR 9.104.
Submission Requirements
Interested parties must submit only one quote per vendor via email to floyd.shiroma.civ@us.navy.mil. Quotes must include price(s), FOB point, Cage Code, a point of contact (name and phone number), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method (Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF)). Offerors must complete the attached request for quote form and provisions 252.204-7016 and 252.204-7019. Quoters must be registered in SAM.gov. Government payment terms are Net 30 Days AFTER acceptance of material.
Additional Notes
This solicitation incorporates provisions and clauses from FAC 2025-06 and DFARS Change Notice 20251110. Specific clauses related to small business representations, covered defense telecommunications equipment, and supply chain traceability are included. Additive Manufacturing is generally not permitted unless authorized.