Quill
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) Maritime - Portsmouth is soliciting quotes for "Quill" components and associated data requirements for the Portsmouth Naval Shipyard in Kittery, ME. This is a Combined Synopsis/Solicitation (RFQ SPMYM326Q7003), processed under Simplified Acquisition Procedures, and is a 100% Small Business Set-Aside. Evaluation will be based on Lowest Price Technically Acceptable (LPTA). Quotes are due by January 23, 2026, at 1:00 PM EST.
Scope of Work
The requirement is for 12 EA of "BLANK QUILL" with precise specifications:
- Dimensions: .355/.356 DIAM X .674/.668 LONG
- Drawing: Per DWG 3188662 PIECE 11
- Material: AL ALLOY QQ-A-225/8 (ALLOY 6061-T6)
- Finishing: Anodize IAW MIL-PRF-8625F TY-I CL-I
- Inspection: Penetrant Inspect IAW ASTM E1417-21 TY-I METHOD-OPTIONAL
Data Requirements (CLIN 0002), detailed in Exhibit A, include:
- A001: Certificate of Compliance
- A002: Certification/Data Report (Chemical & Mechanical)
- A003: Vendor's NDT (PT) Procedure Approval (per ASTM-E1417, "No Defects Allowed")
- A004: PT Test/Inspection Report (per ASTM-E1417, "No Defects Allowed")
Drawings will be provided separately upon request and receipt of a valid DD Form 2345 and a signed security agreement.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: 100% Small Business Set-Aside (NAICS 331318, Small Business Standard 750 employees)
- FOB Point: Destination
- Payment Terms: Net 30 Days AFTER acceptance of material. Offerors must indicate preference for Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF).
- Required Delivery Date: February 1, 2026
Evaluation and Submission
Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Vendor responsibility will be determined using PPIRS (FAR 9.104). Offerors must submit descriptive literature demonstrating technical acceptability. The Government intends to make an award without discussions.
Mandatory Submission Requirements:
- SAM Registration: Required for award consideration.
- Required Forms: Complete and include provisions 52.204-24, 52.204-26, 252.204-7016, 252.204-7019, and 52.212-3 (with ALT I if not updated in SAM).
- Quote Content: Include price(s), FOB point, Cage Code, point of contact, GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method.
- Manufacturer Information: If not the actual manufacturer, provide the manufacturer's name, location, and business size.
- Clauses: Review and comply with all listed FAR, DFARS, DLAD, and Local Clauses, including those related to telecommunications, supply chain security, and NIST SP 800-171 DoD Assessment Requirements.
Key Dates & Contacts
- Quotes Due: January 23, 2026, at 1:00 PM EST
- Point of Contact: Mihaela Zouak (mihaela.zouak@dla.mil)
- Quote Submission Email: mihaela.zouak@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL