Paddle Shaft Assembly
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 Maritime - Portsmouth is soliciting quotes for a Paddle Shaft Assembly (PC-A3) for the Portsmouth Naval Shipyard in Kittery, ME. This opportunity is a 100% Total Small Business Set-Aside under RFQ SPMYM3-26-Q-4027. Quotes are due by February 10, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for the procurement of one Paddle Shaft Assembly (PC-A3), which must be welded and assembled according to DWG 7016112/XA and Detail 10-7B. The item must be FOB Destination, with freight costs included in the pricing. The Required Delivery Date (RDD) is April 15, 2026. Hazardous materials must be identified, and an MSDS provided if applicable. Final inspection and acceptance will occur at the destination.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) for commercial items, prepared under FAR Part 12 and Simplified Acquisition Procedures (FAR Part 13/13.5).
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS: 336611 (Ship Building and Repairing) with a 1300-employee size standard.
- FSC: 5340 (Hardware).
- Payment Terms: Net 30 Days AFTER material inspection and acceptance.
- Place of Performance: Portsmouth Naval Shipyard, Kittery, ME 03904.
- Security: Bidders may need to sign a Security Agreement for the Protection of Naval Nuclear Propulsion Information (NNPI) if sensitive specifications are provided. Access to drawings may require a completed security form and approved DD2345.
- Applicable Clauses: DFARS Buy American Act provisions apply. A comprehensive list of FAR, DFARS, DLAD, and Local clauses are incorporated, covering aspects like supply chain traceability, Vendor Shipment Module (VSM) use, Product Verification Testing (PVT), and mercury control.
Submission & Evaluation
- Quotes Due: February 10, 2026, 10:00 AM EST.
- Submission Method: Quotes must be emailed to gary.1.chandler@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), evaluated on an "All or None" basis. Award may consider the soonest delivery if the Government's RDD is not met. Supplier Performance Risk System (SPRS) will be used. A reverse auction may be held.
- Mandatory Requirements: Offerors must be registered and active in SAM.gov. Quotes must include price(s), FOB point, point of contact, GSA contract number (if applicable), business size, and payment preference. Specific FAR provisions (52.204-24, 52.204-26, 252.204-7016, 252.204-7019) must be completed. Country of origin for each line item is required. If not the manufacturer, provide Manufacturer’s Name, Location, and Business Size.
- Point of Contact: Gary Chandler (gary.1.chandler@dla.mil).