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 one (1) Vent Silencer. This opportunity is a 100% Small Business Set-Aside and seeks qualified vendors to supply a silencer meeting specific technical requirements for the Portsmouth Naval Shipyard in Kittery, ME. Quotations are due by March 23, 2026, at 03:00 PM EST.
Scope of Work & Key Requirements
The requirement is for a Vent Silencer rated for 12,000 SCFM intermittent air flow. Key technical specifications include:
- Inlet: 6” ASME/ANSI B16.5 flange, designed to 120 PSIG inlet pressure.
- Noise Reduction: Dampening to less than 85 dBA at 10 feet from the outlet.
- Temperature: Max operating temperature of 70°F, capable of handling temperatures down to -5°F.
- Construction: Vertical, with saddle hangers, and a diffuser designed to ASME Section VIII, Div. 1.
- Physical: Two lifting lugs (engineered for 1.5x weight capacity), maximum outside diameter of 35 inches, and maximum weight of 1000 lbs.
- System Conditions: Operates with 20FT of 5” SCHD 40 piping upstream, discharging to atmosphere 28FT above ground.
Offerors are required to submit comprehensive technical data and descriptive literature (e.g., traceability documentation, detailed specification sheets, images, drawings, manufacturing plans, certifications) to demonstrate compliance with all specifications. Failure to provide this information may result in a technically unacceptable quotation.
Contract Details
- Contract Type: Commercial (FAR Part 12) or Non-Commercial (FAR Part 13) Request for Quotation (RFQ).
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 332420 (Metal Tank (Heavy Gauge) Manufacturing) with a 750-employee size standard.
- Government Required Delivery Date (RDD): June 1, 2026. Offers not meeting this RDD may be considered based on the soonest delivery among technically acceptable quotes.
- FOB Terms: Destination or Origin.
- Payment: Net 30 days after material inspection and acceptance, via Government Purchase Card (GPC) or Wide Area Workflow (WAWF). DFARS Buy American Act provisions apply.
Submission & Evaluation
- Quotation Due Date: March 23, 2026, at 03:00 PM EST.
- Submission Method: Email quotations to Emily.Kritzman@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). The Government intends to make an award without discussions.
- Registration: Offerors must be registered and active in the System for Award Management (SAM.gov).
- Required Forms: Include completed copies of FAR 52.212-3 (and its ALT I if not updated in SAM), DFARS 252.204-7016, and 252.204-7019.
Important Notes
This solicitation has been amended multiple times, with Amendment 03 extending the closing date to March 23, 2026. Vendors are reminded to review all applicable FAR, DFARS, DLAD, and local clauses, particularly those related to cybersecurity (NIST SP 800-171 assessments) and supply chain traceability. If not the actual manufacturer, the manufacturer's name, location, and business size must be provided.