MOUNT,RESILIENT,WEA
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 MOUNT, RESILIENT, WEA (Part Number 265377901, RESILIENT ELEMENT MOUNTS, LDM150). This requirement is a 100% Total Small Business Set-Aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation criteria. Quotes are due by May 14, 2026, at 1300 HST.
Scope of Work
The contractor shall provide 8 units of MOUNT, RESILIENT, WEA, P/N: 265377901. Pricing must be FOB destination and include shipping and delivery to PEARL HARBOR NAVAL SHIPYARD IMF, Pearl Harbor, HI 96860-5033.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM426Q3382)
- Set-Aside: Total Small Business (NAICS 332994, Small Business Standard: 1,000 employees)
- Response Due: May 14, 2026, 1300 HST
- Published Date: May 12, 2026
- Payment Terms: Net 30 Days AFTER acceptance of material.
Submission Requirements
- Quotes must be submitted via email to vanessa.a.garcia18.civ@us.navy.mil.
- Required information includes price(s), FOB point, Cage Code, point of contact, GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method (GCPC or WAWF).
- Offerors must submit descriptive literature demonstrating how their quotation meets required specifications; failure to do so may result in technical unacceptability.
- Only one quote per vendor will be accepted.
- Offerors must complete and include the attached provision 252.204-7016.
- Vendors must list the manufacturer and country of origin for each line item. If not the actual manufacturer, the manufacturer's name, location, and business size must be provided.
- Quoters must be registered in the System for Award Management (SAM.gov).
Evaluation
Award will be made to the responsible offeror whose technically acceptable offer is most advantageous to the Government, considering price, technical capability, and delivery. Technical capability will be evaluated on an acceptable/unacceptable basis. Vendor responsibility will be determined using the Supplier Performance Risk System (SPRS) in accordance with FAR 9.104. Quotes containing vendor-specific terms conflicting with the RFQ may be deemed unacceptable.