TIE ROD
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) Weapons Support, Pearl Harbor is seeking qualified small businesses to provide four (4) TIE RODs (P/N 7225873), made of Nickel Alloy (UNS N07718, ASTM B637), manufactured in accordance with Drawing 7225873 and its notes. This is a 100% Total Small Business Set-Aside opportunity. Quotes are due by May 14, 2026, at 8:00 AM HST.
Scope of Work
This combined synopsis/solicitation is for the procurement of four (4) TIE RODs, Part Number 7225873. The material specified is NICKEL ALLOY, UNS N07718, ASTM B637. Manufacturing must adhere to Drawing 7225873 and its associated notes (Attachment 1).
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM426Q3381)
- Agency: DLA Weapons Support, Pearl Harbor (DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY)
- Set-Aside: 100% Total Small Business Set-Aside (Small Business Standard: 1000 employees)
- NAICS Code: 336330 (Motor Vehicle Brake, Steering, and Suspension Component (except Spring) Manufacturing)
- FSC Code: 2530 (Vehicular Brake, Steering, Axle, Wheel, And Track Components)
- Evaluation: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS.
- Payment Terms: Net 30 Days AFTER acceptance of material.
Submission Requirements
Offerors must submit quotations via email to kailie.m.thomas.civ@us.navy.mil by the deadline. Quotes must include:
- Price(s) and FOB point
- Cage Code
- 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))
Mandatory Attachments/Completions: Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019 with their offer. Additionally, a completed copy of FAR 52.212-3 and its Alternate I is required if not updated in SAM. If not the actual manufacturer, the manufacturer’s name, location, and business size must be provided. Quoters must be registered in SAM.gov.
Key Dates
- Published Date: May 12, 2026
- Quote Due Date: May 14, 2026, 8:00 AM HST
Additional Notes
This is a combined synopsis/solicitation; a written solicitation will not be issued, and paper copies are unavailable. The solicitation incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Change Notice 20251110. Vendors should review all FAR, DFARS, DLAD, and Local clauses and provisions, including those related to telecommunications equipment, supply chain security, and WAWF payment instructions.