REGULATOR, DOME

SOL #: SPMYM426Q3186Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

JBPHH, HI

NAICS

Other Metal Valve and Pipe Fitting Manufacturing (332919)

PSC

Valves, Nonpowered (4820)

Set Aside

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

Timeline

1
Posted
Feb 10, 2026
2
Submission Deadline
Feb 13, 2026, 3:00 AM

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 - Pearl Harbor is soliciting quotes for Dome Regulators (Pressure Regulators, TESCOM P/N 26-1161-282). This is a Combined Synopsis/Solicitation processed under Simplified Acquisition Procedures. The requirement is a Total Small Business Set-Aside. Quotes are due by February 12, 2026, at 5:00 PM HST.

Scope of Work

DLA Weapons Support, Pearl Harbor requires eight (8) units of REGULATOR, DOME. Each regulator must be a Pressure Regulator; 316SS; Externally Loaded; NFPT Inlet and Outlet; 1/4" NPT Female Dome Port; 1/2" Inlet and Outlet Port Size; 0.375" Orifice, specifically TESCOM P/N 26-1161-282. The items are to be delivered FOB Destination to PEARL HARBOR NAVAL SHIPYARD IMF, 667 SAFEGUARD STREET, BLDG 167-1 RECV, PEARL HARBOR, HI 96860-5033, UNITED STATES.

Contract & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM426Q3186)
  • Set-Aside: Total Small Business Set-Aside (100% Small Business)
  • NAICS Code: 332919 (Small Business Standard: 750 employees)
  • FSC Code: 4820
  • Response Due: February 12, 2026, 5:00 PM HST
  • Published: February 10, 2026

Evaluation

Award will be based on Lowest Price Technically Acceptable (LPTA). Offerors must submit descriptive literature demonstrating how their quotation meets required specifications; failure to do so may result in technical unacceptability. Vendor responsibility will be determined using PPIRS in accordance with FAR 9.104.

Submission Requirements

Quotes must be submitted via email to kailie.m.thomas.civ@us.navy.mil. Required information includes:

  • Price(s) and FOB point (FOB Destination required).
  • CAGE Code, DUNS #, TIN #.
  • 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)).
  • Completed provisions: 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019 (attachments).
  • Completed 52.212-3 and its ALT I (if not updated in SAM).
  • Indication of whether quoting as Manufacturer, Authorized Distributor, or Third Party Dealer, including manufacturer's name and size.
  • Country of origin for each line item.

Additional Notes

Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov/. Payment terms are Net 30 Days AFTER acceptance of material. If GCPC is selected, a receiving report must be entered into WAWF. Numerous FAR, DFARS, DLAD, and Local Clauses and Provisions are incorporated by reference or full text (see attachment).

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
REGULATOR, DOME | GovScope