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 has issued a Combined Synopsis/Solicitation (RFQ SPMYM326Q3113) for the procurement of a Vent Silencer. This opportunity is a 100% Total Small Business Set-Aside and seeks qualified vendors to provide a single vent silencer meeting specific technical requirements. Quotations are due by March 17, 2026, at 3:00 PM EST.
Scope of Work
The requirement is for one (1) Vent Silencer designed to support 12,000 SCFM intermittent air flow. Key technical specifications, updated by Amendment 01, include:
- Inlet: 6” ASME/ANSI B16.5 flange, rated for max 120 PSIG.
- Noise Reduction: Dampening to less than 85 dBA at 10 feet.
- Temperature Range: Max operating temperature of 70°F, with system conditions down to -5°F.
- Construction: Carbon Steel or Stainless Steel, vertical construction, with an ASME Section VIII, Div. 1 code Diffuser.
- Physical: Max outside diameter of 35 inches, max weight of 1000 lbs, and two lifting lugs/hooks engineered for 1.5x weight capacity.
- System Conditions: Intermittent operation (max 10 min duration, 5 ops/month), discharge to atmosphere 28FT above ground.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (RFQ) for commercial items (FAR Part 12).
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS: 332420 (Small Business Size Standard: 750 employees).
- FSC: 8120.
- Place of Performance: Kittery, ME.
- Government Required Delivery Date (RDD): June 1, 2026.
- Quote Due Date: March 17, 2026, at 3:00 PM EST.
- Published Date: March 10, 2026.
Evaluation & Submission
Award will be based on Lowest Price Technically Acceptable (LPTA) criteria, with the government reserving the right to award without discussions. Offerors must be registered and active in SAM.gov. Required submissions include:
- Technical data and descriptive literature demonstrating specification compliance (e.g., traceability, spec sheets, drawings, certifications). Failure to provide this may result in a technically unacceptable quote.
- Completed provisions 252.204-7016 and 252.204-7019.
- Completed FAR 52.212-3 and its ALT I (if not updated in SAM).
- Manufacturer's name, location, and business size if not the actual manufacturer.
- Quotes must include price(s), FOB point, CAGE Code, point of contact, GSA contract number (if applicable), business size, and preferred payment method (GCPC or WAWF).
Additional Notes
Payment terms are Net 30 Days after acceptance of material. DFARS Buy American Act provisions apply. The solicitation incorporates numerous FAR, DFARS, DLAD, and local clauses, which bidders must review. Amendment 01 updated the specifications, and vendor questions regarding flow rate, pressure, temperature, and noise measurement have been addressed in the updated Material Specifications.