WRENCH, HYDRAULIC
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
DLA Weapons Support, Pearl Harbor, is soliciting quotes for Hytorc Northwest hydraulic wrenches and power heads under Combined Synopsis/Solicitation RFQ SPMYM426Q3294. This opportunity is a Total Small Business Set-Aside, with proposals due by April 8, 2026, 9:00 am HST. The requirement is brand name mandatory to Hytorc Northwest to ensure compatibility and avoid warranty issues.
Scope of Work
The requirement is for the provision of specific Hytorc hydraulic wrenches and power heads. The items include:
- 3 each of HYTORC STEALTH-2, LOW CLEARANCE BOLTING MACHINE
- 3 each of HYTORC STEALTH-4, LOW CLEARANCE BOLTING MACHINE
- 3 each of HYTORC STEALTH-8, LOW CLEARANCE BOLTING MACHINE
- 3 each of HYTORC 2XLCT POWER HEAD
- 3 each of HYTORC 4XLCT POWER HEAD
- 3 each of HYTORC 8XLCT POWER HEAD This is a brand name mandatory requirement for Hytorc Northwest products.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation for commercial items (FAR Part 12, Simplified Acquisition Procedures FAR Part 13).
- Set-Aside: Total Small Business Set-Aside (NAICS 333991, Small Business Standard 500 employees).
- FSC/NAICS: FSC 3450 (Machine Tools, Portable), NAICS 333991 (Industrial Machinery Manufacturing).
- Agency: DLA Weapons Support, Pearl Harbor.
- Place of Performance/Delivery: PEARL HARBOR NAVAL SHIPYARD IMF, 667 SAFEGUARD STREET, BLDG 167-1 RECV, PEARL HARBOR, HI 96860-5033, UNITED STATES. Shipping must be included in the unit price (FOB Destination).
- Response Due: April 8, 2026, 9:00 am HST.
- Published: April 3, 2026.
Evaluation Criteria
Award will be based on Lowest Price Technically Acceptable (LPTA). Evaluation factors are ranked as: 1) Technical Capability, 2) Price, and 3) Delivery. An "Unacceptable" rating in technical capability will prevent further evaluation of price. Potential contractors will be screened for responsibility in accordance with FAR 9.104, utilizing PPIRS. Quotes must meet the Required Delivery Date (RDD) or propose the nearest alternative.
Submission Requirements
Offerors must submit descriptive literature, a technical spec sheet, and proof of traceability demonstrating how their quotation meets the required specifications. Failure to provide this information may result in a technically unacceptable quotation. Required information includes:
- Manufacturer/Authorized Distributor/Third Party Dealer status.
- Name and size (SB/LG) of the quoted manufacturer.
- SAM CAGE CODE, DUNS #, TIN #.
- Price(s), FOB point, 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)).
- Country of origin for each line item. Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019. All quotes must be emailed to kailie.m.thomas.civ@us.navy.mil. Offerors must be registered in the System for Award Management (SAM). Payment terms are Net 30 Days AFTER acceptance of material.