MAIN HOIST RETROFIT KIT
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
DLA Weapons Support, Pearl Harbor, is seeking a Main Hoist Retrofit Kit (P/N F166336-3) for the repair of a DDG121 boat davit. This is a combined synopsis/solicitation issued under Simplified Acquisition Procedures (FAR Part 13) and is an unrestricted requirement. The procurement is justified as a brand-name acquisition due to the specific need for Trident Maritime Systems' part to ensure form, fit, and function with existing systems, and due to unusual and compelling urgency given the manufacturer's 210-day lead time for this critical Naval asset, necessitating prompt award to meet the target delivery date. Quotes are due by January 27, 2026, at 12:00 PM HST.
Scope of Work
The requirement is for one (1) Main Hoist Retrofit Kit, with Hydraulic Motor, P/N F166336-3, manufactured by Trident Maritime Systems, Heavy Equipment Group. This kit is essential for the repair of a gravity lowering boat davit on the DDG121. Shipping to Pearl Harbor Naval Shipyard IMF, 667 SAFEGUARD STREET, BLDG 167-1 RECV, PEARL HARBOR, HI 96860-5033, UNITED STATES, is also required. New parts must integrate seamlessly with the existing system in terms of form, fit, and function.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM426Q3094)
- Set-Aside: Unrestricted
- Product/Service Code: 6620 (Engine Instruments)
- NAICS Code: 335312
- Requested Delivery Date (RDD): June 19, 2026. Offerors unable to meet this RDD should quote their best delivery/lead time.
- Payment Terms: Net 30 Days AFTER acceptance of material.
Submission Requirements
Offerors must submit:
- A completed "SPMYM426Q3094 QUOTE FORM" (available in attachments).
- Descriptive literature demonstrating how the quotation meets required specifications.
- A technical spec sheet and proof of traceability.
- Country of origin for each line item.
- If not the actual manufacturer, the manufacturer's name, location, and business size.
- 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 payment preference (GCPC or WAWF).
- Only one quote per vendor is permitted.
- Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019, and a completed copy of 52.212-3 and ALT I if not updated in SAM.gov.
Evaluation Criteria
Award will be based on Lowest Price Technically Acceptable (LPTA). Potential contractors will be screened for responsibility in accordance with FAR 9.104, utilizing PPIRS. Failure to provide required descriptive literature, technical spec sheet, or proof of traceability may result in a technically unacceptable quotation.
Key Dates & Contact
- Quote Due Date: January 27, 2026, at 12:00 PM HST
- Submission Method: Email quotes to Leo Li at leo.y.li.civ@us.navy.mil
- Point of Contact: Leo Li (leo.y.li.civ@us.navy.mil)
Additional Notes
Quoters must be registered in the System for Award Management (SAM) database (www.sam.gov) to be considered for award. This solicitation incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Change Notice 20251110, along with numerous specific FAR, DFARS, DLAD, and local clauses.