LEVEL 1 FWD Seal Sleeve
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 for the procurement of a LEVEL 1 FWD Seal Sleeve. This is a Total Small Business Set-Aside opportunity. The requirement is for a critical component, designated as Level I/SUBSAFE, necessitating stringent technical and quality assurance standards. Proposals are due by May 28, 2026, at 12:00 AM.
Opportunity Details
This solicitation (SPMYM326Q4047) seeks a LEVEL 1 FWD Seal Sleeve, as detailed in Attachment 1 - TDP PNTDP0164 VER 001. The item is a critical component (PC-3, DWG 6408950 rev D) for a shipboard system, where failure could lead to serious injury, loss of life, or loss of the ship. The acquisition falls under Product Service Code 2010 (Ship And Boat Propulsion Components). The place of performance is Kittery, ME 03904.
Scope of Work & Key Requirements
The contractor will be responsible for manufacturing and delivering the FWD Seal Sleeve according to a comprehensive Technical Data Package (TDP). Key requirements include:
- Detailed Specifications: Adherence to precise dimensions, material composition, and performance characteristics.
- Material Certification: Quantitative chemical and mechanical analysis for all parts.
- Extensive Testing: Mandatory Dye Penetrant, Radiographic Inspection (RT), Visual Inspection, Weldability, Metallographic, and Hydrostatic Tests, with specific acceptance criteria.
- Quality Assurance: Maintenance of a quality system compliant with ISO-9001 (amplified) or MIL-I-45208, with calibration per ISO-10012 or MIL-STD-45662.
- Traceability: Mandatory material traceability (unique number, heat-lot) and certification data for Level I/SUBSAFE systems.
- Mercury-Free: Strict prohibition of mercury or mercury-containing compounds.
- Data Deliverables: Submission of various data items (CDRL A001-A013) including inspection/test plans, certification reports, and NDT procedure approvals, with specific submission frequencies and distribution. Certification data must be submitted to Portsmouth Naval Shipyard for review and acceptance prior to shipment.
- Packaging & Marking: Compliance with MIL-STD-129 and ASTM D-3951.
Contract Details
- Contract Type: Firm Fixed Price.
- Delivery: FOB Destination, with a delivery period of 180 Calendar Days from the lead time event.
- Invoicing: Invoices and receiving reports must be submitted via Wide Area Workflow (WAWF).
- Inspection & Acceptance: Will occur at destination.
Eligibility & Evaluation
- Set-Aside: This is a Total Small Business Set-Aside.
- NAICS Code: 331420, with a size standard of 1050 employees.
- Evaluation: Past performance will be assessed using the Supplier Performance Risk System (SPRS) and other performance history. Offerors must comply with various FAR and DFARS clauses, including those related to cybersecurity and supply chain traceability.
Submission & Contact
- Offer Due Date: May 28, 2026, at 12:00 AM.
- Primary Contact: Gary Chandler (gary.1.chandler@dla.mil).
- Secondary Contact: DLA-KME EMAIL BOX (DLA-KME-QUOTATIONS@DLA.MIL).