String, NOMEX/KEVLAR
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 is soliciting quotations for String, NOMEX/KEVLAR (C.S.R. Inc. P/N 857516125-SYN) under a Total Small Business Set-Aside. This is a brand-name mandatory requirement, meaning only products from C.S.R. Inc. meeting the specified part number will be considered. The opportunity is a Combined Synopsis/Solicitation utilizing Simplified Acquisition Procedures.
Scope of Work
The requirement is for 50 spools of "STRING, NOMEX/KEVLAR," 1/8" DIA, FIRE RESISTANT, HIGH TENSILE STRENGTH, 1000'/SPOOL, featuring a braided Kevlar core with a braided Nomex sleeve and a polyurethane finish. Key technical specifications include:
- Core Braid: PIA-C-87129-VI or equivalent Kevlar/Aramid, minimum tensile strength 750 lbs.
- Sleeve Braid: 1600 Denier Nomex with a clear urethane finish.
- Final Diameter: .125" - 1/8".
- Performance: Must hold a knot without slipping under a 750 LB test, be fire resistant, and comply with PHNSY Fire Safety Restrictions and 46 CFR 164.009-15. The item is custom-designed for Pearl Harbor Naval Shipyard (PHNSY) temporary shipboard requirements.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM4-26-Q-3325).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 313110, Small Business Size Standard: 1250 employees.
- Contract Type: Implied Firm Fixed Price.
- Payment: Electronic via Wide Area WorkFlow (WAWF) system; Net 30 Days after material acceptance.
- Applicable Clauses: Incorporates various FAR, DFARS, and DLAD clauses, including prohibitions on certain telecommunications equipment (FAR 52.204-25), ByteDance applications (FAR 52.204-27), and Federal Acquisition Supply Chain Security Act (FASCSA) orders.
Submission & Evaluation
- Submission Deadline: April 27, 2026, 12:00 PM Hawaii Standard Time (HST).
- Submission Method: Quotations must be emailed to Quincey Dillenback at quincey.dillenback.civ@us.navy.mil.
- Required Quote Information: Price(s), FOB point, Cage Code, Point of Contact (name and phone number), GSA contract number (if applicable), business size under NAICS Code, and preferred payment method.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Evaluation factors include Technical Capability, Price, and Delivery.
- Technical Capability: Offerors must meet all solicitation requirements and technical specifications. Only C.S.R. Inc. P/N 857516125-SYN products will be considered; substitution requires prior X99/106 testing and approval.
- Responsibility: Vendor responsibility will be determined per FAR 9.104.
- Note: The government intends to award without exchanges; offerors should submit their best terms initially.
Contact Information
- Primary Contact: Quincey Dillenback
- Email: quincey.dillenback.civ@us.navy.mil
- Phone: 808-473-8000 ext 4697