Stop 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
The Defense Logistics Agency (DLA) Maritime - Portsmouth has issued a Combined Synopsis/Solicitation (RFQ SPMYM326Q1128) for the procurement of Stop Assembly parts. This opportunity is processed under Full and Open Competition using Simplified Acquisition Procedures and will be awarded based on Lowest Price Technically Acceptable (LPTA) criteria. Quotes are due May 26, 2026, at 3:00 PM EST.
Scope of Work
The Portsmouth Naval Shipyard requires 25 Each of "Stop Assembly, Adjustable" (Part Number 44). Specific material requirements for the Stop Pad include Zytel 101 or Zytel 42A. The S/L Setscrew (Part Number 45) must meet detailed specifications (.750-10UNC-3A X 0.875, ASME BIS.3-2012, NICU, Selflocking IAW MIL-DTL-18240F Type N). A drawing is referenced for manufacturing details, requiring a signed Security Agreement and DD2345 for access. The Required Delivery Date (RDD) is July 2, 2026.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q1128)
- Set-Aside: Full and Open Competition
- Product Service Code (PSC): 5315 (Nails, Machine Keys, And Pins)
- NAICS Code: 332722 (Small Business Standard: 600 employees)
- Contract Type: Firm Fixed-Price (implied by RFQ for commercial items)
- Place of Performance: Kittery, ME
Submission & Evaluation
- Quote Due Date: May 26, 2026, at 3:00 PM EST.
- Submission Method: Email quotes to Stephen.1.Smith@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Offerors must submit descriptive literature demonstrating technical acceptability. Failure to provide this may result in disqualification.
- Award Intent: The Government intends to make a single award without discussions.
- Responsibility: PPIRS will be used to determine vendor responsibility (FAR 9.104).
- Registration: Offerors must be registered in the System for Award Management (SAM) at SAM.gov.
- 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 (GCPC or WAWF).
- Manufacturer Information: If not the actual manufacturer, provide the manufacturer's name, location, and business size.
Key Requirements & Clauses
- Cybersecurity: Offerors must have a current NIST SP 800-171 DoD Assessment (not more than 3 years old) posted in SPRS or submit a Basic Assessment.
- Telecommunications: Representations regarding Covered Defense Telecommunications Equipment or Services are required.
- Trade Acts: Buy American Act applies if over $10,000; Free Trade Agreements may apply if over $25,000.
- Payment Terms: Net 30 days after acceptance of material. Payment via Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF).
- Supply Chain: Contractors must be familiar with clauses related to supply chain traceability, manufacturing phase-out, and obsolete materials.
- Inspection: Final inspection at Destination or Origin.
- Shipping: Bidders must indicate if shipping/freight is included in the unit price.
Contact Information
Primary Point of Contact: Stephen Smith, Stephen.1.Smith@dla.mil.