Strainer
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 DLA MARITIME - PORTSMOUTH (Portsmouth Naval Shipyard) is soliciting quotes for one (1) NICU STRAINER, MK-1 & MK-2, under a Combined Synopsis/Solicitation (RFQ SPMYM326Q8000). This procurement is conducted under Full and Open Competition and will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Quotes are due April 16, 2026, at 4:00 PM EST.
Scope of Work
The requirement is for one (1) NICU STRAINER, MK-1 & MK-2, which must conform to Drawing 3013143-B and material specification QQ-N-281D AMEND-2. The finish and marking must be as specified per Note 3. Vendors are required to list the country of origin for the item. Delivery is requested "ASAP," and the government may award to the LPTA offeror based on the soonest delivery if the Required Delivery Date (RDD) is not met.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Part 12, Simplified Acquisition Procedures FAR Part 13)
- FSC Code: 5335 (Metal Screening)
- NAICS Code: 333998 (All Other Miscellaneous Fabricated Metal Product Manufacturing)
- Small Business Size Standard: 700 employees
- Set-Aside: Full and Open Competition (No Set-Aside)
- Payment Terms: Net 30 Days after material inspection and acceptance. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are accepted payment methods. If GCPC is selected, a receiving report must be entered into WAWF.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS and in accordance with FAR 9.104.
- Quote Requirements: Submissions must include price(s), FOB point (Destination or Origin), Cage Code, a Point of Contact (name and phone number), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method.
- Required Forms: Offerors MUST complete and include provisions 252.204-7016, 252.204-7019, and a completed copy of 52.212-3 (with ALT I if not updated in SAM). All highlighted fill-in sections of the RFQ must be completed.
- Submission Method: Email quotations to sam.aiguier@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Closing Date: April 16, 2026, 4:00 PM EST.
Eligibility & Notes
- Registration: Quoters must be registered and active in the System for Award Management (SAM.gov).
- Manufacturer Information: If the offeror is not the actual manufacturer, the Manufacturer's Name, Location, and Business Size must be provided.
- Clauses: Bidders must review all incorporated FAR, DFARS, DLAD, and Local clauses, particularly those related to telecommunications equipment, supply chain security, cybersecurity (NIST SP 800-171), and payment instructions. The government intends to make an award without discussions.
- Point of Contact: Sam Aiguier (sam.aiguier@dla.mil).