MAINT-KIT-PMP 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) Weapons Support, Pearl Harbor has issued a Combined Synopsis/Solicitation (SPMYM4-26-Q-3326) for the procurement of MAINTENANCE KITS – PMP ASSEMBLY (P/N 018306-1, HUSKY, 55KSI). This requirement is a 100% Small Business Set-Aside and is sole-sourced to APS PRESSURE SYSTEM LLC (CAGE: 5WHF9). Quotations from other manufacturers will not be considered. Offers will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Quotes are due by April 23, 2026.
Scope of Work
DLA Weapons Support, Pearl Harbor requires two (2) each of MAINTENANCE KIT – PMP ASSY, HUSKY, 55KSI, P/N 018306-1. This procurement is justified as a sole source to APS PRESSURE SYSTEM LLC (dealer FLOW INTERNATIONAL CORP) because genuine Flow International Corp parts are essential for their machines/equipment. Using after-market parts could lead to operational issues, void warranties, and cease support. Previous attempts to source similar materials through other vendors resulted in unusable parts and significant financial loss.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Part 12 & 13, Simplified Acquisition Procedures)
- Solicitation Number: SPMYM4-26-Q-3326
- FSC Code: 4540 (Waste Disposal Equipment)
- NAICS Code: 332913 (Industrial Valve Manufacturing)
- Small Business Size Standard: 1000 employees
- Set-Aside: 100% Small Business Set-Aside
- Sole Source: APS PRESSURE SYSTEM LLC (CAGE: 5WHF9). Only quotes from this manufacturer will be considered.
- Applicable Regulations: Provisions and clauses are in effect through FAC 2025-06 (October 1, 2025) and DFARS Change Notice 20251110.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical acceptability requires meeting all specifications and providing exact items requested.
- Responsibility: Vendor responsibility will be determined using PPIRS and in accordance with FAR 9.104.
- Required Documentation: Offerors must submit descriptive literature demonstrating how their quotation meets required specifications. Failure to provide this may result in technical unacceptability. Additionally, completed provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019 must be included with the offer. Offerors must also complete FAR provision 52.212-3 and its Alternate I if not updated in SAM.
- Quote Information: Quotes must include price(s), FOB point, Cage Code, 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)), and estimated delivery in weeks. Vendor shall list the country of origin for each line item.
- Payment Terms: Net 30 Days AFTER acceptance of material. WAWF is the required system for electronic invoicing.
- Registration: Offerors must be registered in the System for Award Management (SAM) database (www.sam.gov).
- Submission Method: Via email to tehani.e.diazzelayarios.civ@us.navy.mil.
- Submission Deadline: April 23, 2026.
Key Clauses & Provisions
The solicitation incorporates various FAR, DFARS, and DLAD clauses. Notable requirements include representations regarding telecommunications equipment/services (FAR 52.204-25, DFARS 252.204-7016), compliance with Federal Acquisition Supply Chain Security Act (FASCSA) orders (FAR 52.204-29, 52.204-30), and prohibition on ByteDance covered applications (FAR 52.204-27). Contractors must retain supply chain traceability documentation (DLAD C03).
Contact Information
The Point of Contact for this solicitation is Quincey Dillenback, reachable at quincey.dillenback.civ@us.navy.mil.