NOZZLE,BLAST

SOL #: SPMYM426Q3324Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PEARL HARBOR
PEARL HARBOR, HI, 96860-5033, United States

Place of Performance

Place of performance not available

NAICS

Abrasive Product Manufacturing (327910)

PSC

Miscellaneous Service And Trade Equipment (3590)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 20, 2026
2
Submission Deadline
Apr 23, 2026, 10:00 PM

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 DLA Weapons Support, Pearl Harbor is soliciting quotes for 30 'Nozzle Blast' units under a 100% Small Business Set-Aside. This is a combined synopsis/solicitation for commercial items, utilizing Simplified Acquisition Procedures. The requirement is for specific ROCTEC 90 Degree Angle Nozzles or equal. Quotes are due by April 23, 2026.

Scope of Work

CLIN 0001: Provide 30 each of "Nozzle Blast" units. The required specifications are: ROCTEC 90 DEGREE ANGLE NOZZLE; R090 SERIES, ROCTEC NOZZLE WITH BRASS THREADS, SINGLE OUTLET, .500" BORE DIAMETER, 3.125" LENGTH. KENNAMETAL BORIDE P/N 19509080-R090-8 OR EQUAL. Vendors must list the country of origin for each line item.

Contract & Timeline

  • Contract Type: Combined Synopsis/Solicitation (RFQ number SPMYM4-26-Q-3324)
  • FSC Code: 3590 (Miscellaneous Service And Trade Equipment)
  • NAICS Code: 327910 (Other Nonmetallic Mineral Product Manufacturing) with a Small Business Standard of 900 employees.
  • Set-Aside: 100% Small Business Set-Aside
  • Published Date: April 20, 2026
  • Response Due: April 23, 2026, 22:00:00Z
  • Estimated Delivery: To be determined (weeks).

Evaluation

Award will be based on Lowest Price Technically Acceptable (LPTA) criteria. Vendor responsibility will be determined using PPIRS and in accordance with FAR 9.104. Technical capability will be evaluated on an acceptable/unacceptable basis, requiring quotes to clearly demonstrate adherence to technical specifications and provide exact items requested.

Submission Requirements

Offerors must complete and include the attached provisions: FAR 52.204-24, 52.204-26, DFARS 252.204-7016, and 252.204-7019. Quotes must be submitted via email to quincey.dillenback.civ@us.navy.mil. Required information includes price(s), FOB point, Cage Code, 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)). Payment terms are Net 30 Days AFTER acceptance of material. If GCPC is selected, a receiving report must be entered into WAWF.

Additional Notes

This solicitation incorporates provisions and clauses effective through FAC 2025-06 and DFARS Change Notice 20251110. Quoters must be registered in the System for Award Management (SAM) database (www.sam.gov) to be considered for award. Offerors are reminded to include a completed copy of FAR 52.212-3 and its ALT I if not updated in SAM. The solicitation also includes various FAR, DFARS, DLAD, and local clauses covering topics such as telecommunications restrictions, supply chain security, small business programs, and product verification testing.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 20, 2026
NOZZLE,BLAST | GovScope