REGULATOR, DOME
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 - Pearl Harbor has issued a Combined Synopsis/Solicitation (RFQ SPMYM426Q3398) for the procurement of eight (8) REGULATOR, DOME units (TESCOM P/N 26-1161-282). This opportunity is a Total Small Business Set-Aside and requires delivery to Pearl Harbor Naval Shipyard IMF, HI. Quotes are due by May 20, 2026, at 1300 HST.
Scope of Work
The requirement is for the supply of eight (8) REGULATOR, DOME units, specifically TESCOM P/N 26-1161-282. These regulators must be 316SS, externally loaded, with NFPT inlet and outlet, a 1/4" NPT female dome port, 1/2" inlet and outlet port size, and a 0.375" orifice. Delivery is FOB Destination to Pearl Harbor Naval Shipyard IMF, HI. Offerors must provide their earliest possible delivery date.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM426Q3398)
- Set-Aside: Total Small Business (100%)
- NAICS Code: 332919 (Other Fabricated Metal Product Manufacturing)
- Product Service Code (PSC): 4820 (Valves, Nonpowered)
- Quantity: 8 Each
- Delivery: FOB Destination to Pearl Harbor Naval Shipyard IMF, HI.
- Payment Terms: Net 30 days after acceptance of material; Wide Area Workflow (WAWF) is the preferred payment method.
Submission Requirements
- Quote Due Date: May 20, 2026, 1300 HST.
- Submission Method: Email quotes to Vanessa Garcia at vanessa.a.garcia18.civ@us.navy.mil.
- Required Forms: Offerors must complete the attached Request for Quote form and provision 252.204-7016.
- Content: Quotes must 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.
- Technical Documentation: Descriptive literature demonstrating how the quotation meets required specifications is mandatory. Failure to provide this may result in technical unacceptability.
- Origin Information: Vendors must list the manufacturer and country of origin for each line item.
- Restrictions: Only one quote per vendor will be accepted.
- Registration: Offerors must be registered and active in the System for Award Management (SAM.gov).
Evaluation Criteria
Award will be made to the responsible offeror whose quote is most advantageous to the Government, based on a Lowest Priced Technically Acceptable (LPTA) approach.
- Technical Capability: Offers will be rated "Acceptable" or "Unacceptable" based on adherence to technical specifications and provision of exact items requested. Unacceptable offers will not be evaluated for price.
- Price: Technically acceptable quotes will be evaluated for total price reasonableness.
- Delivery: Quotes must meet the required delivery date or propose the nearest alternative using expedited means.
- Responsibility: Potential contractors will be screened using the Supplier Performance Risk System (SPRS) in accordance with FAR 9.104. The Government intends to award without discussions; therefore, initial quotes should contain the vendor's best terms.