Vent Silencer
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 Naval Shipyard has issued a Combined Synopsis/Solicitation (RFQ SPMYM326Q3113) for a Vent Silencer. This opportunity is a 100% Small Business Set-Aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria. Quotes are due by March 17, 2026, at 03:00 PM EST.
Scope of Work
The Portsmouth Naval Shipyard requires one (1) Vent Silencer. Key technical specifications include:
- Support for 12,000 SCFM (or more) intermittent air flow.
- 6” IPS ANSI RFSO Flange inlet connection with a 125 – 150 PSIG rating.
- 125 PSI or greater pressure rating.
- -5F or lower temperature rating.
- Carbon Steel or Stainless Steel construction.
- Internal Acoustical Insulation to dampen flow noise to 85 dBA or lower.
- Two (2) lifting lugs/hooks engineered to lift a minimum of 1.5 times the silencer's weight, welded per ASME BPVC Section VIII, Division 1.
- Maximum outside diameter: 35 inches.
- Maximum weight: 1000 lbs.
Offerors must submit technical data and descriptive literature, such as traceability documentation, detailed specification sheets, images, drawings, manufacturing plans, and certifications, to verify compliance. Failure to provide this information may result in a technically unacceptable quotation.
Contract Details
- Type: Combined Synopsis/Solicitation for Commercial Items (FAR Part 12).
- Set-Aside: 100% Small Business Set-Aside (Total Small Business).
- NAICS: 332420 (Small Business Size Standard: 750 employees).
- FSC: 8120.
- Place of Performance: Kittery, ME.
- Delivery: Must meet or exceed the Government Required Delivery Date (RDD) of June 1, 2026.
- FOB Terms: Destination or Origin.
- Payment: Net 30 Days after material acceptance, via Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF).
Submission & Evaluation
- Quote Due: March 17, 2026, 03:00 PM EST.
- Evaluation: Lowest Price Technically Acceptable (LPTA). Award will be made without discussions.
- Mandatory Submissions: Offerors must complete and include attached provisions 252.204-7016 and 252.204-7019, as well as 52.212-3 and its ALT I (if not updated in SAM).
- Vendor Information: If not the actual manufacturer, provide the manufacturer’s name, location, and business size.
- 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.
- Registration: Quoters must be registered in SAM.gov to be considered for award. SPRS will be used for vendor responsibility screening.
- Submission Method: Email quotations to Emily.Kritzman@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
Key Clauses & Provisions
This procurement incorporates extensive FAR, DFARS, DLAD, and local clauses and provisions. Bidders must review all applicable clauses, particularly those related to cybersecurity (e.g., NIST SP 800-171, 252.204-7016, 252.204-7019), supply chain traceability, and safeguarding covered defense information. Failure to comply with these requirements may render an offer ineligible for award.