Lab Equipment Preventive Maintenance Services
Agency: NAVSUP Fleet Logistics Center Pearl Harbor
Location: Hawaii
NAICS: 811310
| Agency | DLA Land and Maritime |
|---|---|
| Deadline | 05/18/26 |
| Posted | 05/13/26 |
| Estimated Value | Not Provided |
| Set Aside | SBA |
| NAICS | 327910 - Abrasive Product Manufacturing |
| PSC | 5350 - Abrasive Materials |
| Location | Pearl Harbor, HI United States |
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.gov. The RFQ number is SPMYM4-26-Q-3389 This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 October 1, 2025, and DFARS Change Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.ecfr.gov and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html. The FSC Code is 5350 and the NAICS code is 327910. The Small Business Standard is 900 . This requirement is being processed utilizing 100% Small Business Set-Aside. Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. If your business sends two quotes for the same solicitation, the second will not be considered. One quote per solicitation, please.
___ Large (LG), ___ Small (SB), ___ Small-Disadvantaged Business (SDB), ___ Veteran-Owned Small Business (VOSB), ___ Women-Owned Small Business (WOSB), ___ Economically Disadvantaged Women-Owned Small Business (EDWOSB), ___ Service Disabled Veteran Owned Small Business (SDOVSB), ___ (HUBZONE), ___ (8a). QUOTING AS MANUFACTURER? Yes ___ No ___ Name of Quoted Manufacturer ___________________
___ AUTHORIZED DISTRIBUTOR or ___ THIRD PARTY DEALER Do you have dealer independence? Yes_____ No______ (does the MFR set your prices)
________________
______/_______ ESTIMATED DELIVERY TO PEARL HARBOR__________ Calendar Days ARO
DESTINATION
DoDAAC: N32253
USA
667 SAFEGUARD STREET, BLDG 167-1 RECV 808- 473-8000X4961 PEARL HARBOR, HI 96860-5033
Government Representative, DLA Distribution Email: distrcustomerservice@dla.mil Phone: 808-473-8000 X4961 DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing: ** Please provide SDS w/ quote**
GRIT, ALUMINUM OxIde 75 BG _______ _______ ABRASIVE GRIT,
OXIDE, SIZE #36, 1-TON BAG, ***HMAUL***
(must submit w/ quote)*** SINTEX MINERALS & SERVICES-CURIMBABA
HMCN BEING PROCURED. MANUFACTURER
AS INDICATED ON THE PHNSY & IMF C/106 AUL LISTING. NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER. NOTE: The attached Full Text Clauses and provisions sheet is only used to complete the provisions mentioned above and to read the full text versions of the clauses mentioned in the combined synopsis/solicitation. The combined synopsis/solicitation is the official record of the provisions/clauses that are associated with this solicitation.
52.204-7, System for Award Maintenance 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24* See Attachment for this provision 52.204-26* See Attachment for this provision 52.204-29 FASCSA Representation* See Attachment for this provision 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services 52.212-3, Offeror Reps and Certs - Commercial Products and Commercial Services 52.212-4, Contract Terms and Conditions Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) in lieu of clause at FAR 52.223-23. 52.223-3, Hazardous Material Identification and Material Safety Data 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.233-2 Service of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10
52.204-27
52.204-30
52.209-6
52.219-6
52.219-28
52.219-33
52.222-3
52.222-19
52.222-35
52.222-37
52.222-50
52.223-11
52.225-5
52.225-13
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33
52.247-64
252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003. Control of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training for Contractors. 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, * See Attachment for this provision. 252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.204-7024 Notice on the Use of the Supplier Performance Risk System 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. 252.223-7001, Hazard Warning Labels 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7012 Preference for Certain Domestic Commodities. 252.225-7048, Export Controlled Items 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea Note: Vendor shall list the country of origin for each line item. DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text) 5452.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution DLA PROCUREMENT NOTES (See Attachment for Full Text) C01 Superseded Part Numbered Items (SEP 2016) C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 Contractor Retention of Supply Chain Traceability Documentation (MAR 2023) C04 Unused Former Government Surplus Property (DEC 2016) C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017) C20 Vendor Shipment Module (VSM) (AUG 2017) E05 Product Verification Testing (JUN 2018) L04 Offers for Part Numbered Items (SEP 2016) L06 Agency Protests (DEC 2016) L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations L31 Additive Manufacturing (JUN 2018) M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) M06 Evaluation of Offers for Part Numbered Items (SEP 2016) LOCAL CLAUSES (See Attachment for Full Text):
YM4 L001 EUROPEAN UNION RESTRICTIONS REGARDING NONMANUFACTURED WOOD PACKAGING AND PALLETS
Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM. This announcement will close 18 May 2026 @ 12:00pm HST The Point of Contact for this solicitation is Lee Dillenback who can be reached at quincey.dillenback.civ@us.navy.mil. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. Please submit quotations via email at quincey.dillenback.civ@us.navy.mil All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC)* or Wide Area Workflow (WAWF). Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Please note, if selecting GPC, the Government does NOT utilize third party payment entities (Zelle, Venmo, Paypal, etc.) Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. *If selecting GCPC as the preferred method of payment, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF. ******* END OF COMBINED SYNOPSIS/SOLICITATION ********
Background This solicitation is issued by the DLA Weapons Support, Pearl Harbor, which is part of the Defense Logistics Agency (DLA). The DLA's mission is to provide logistics support to the military services and other federal agencies. The goal of this contract is to procure aluminum oxide grit for use in various applications, ensuring that the materials meet specific safety and quality standards. This requirement is being processed as a 100% Small Business Set-Aside, emphasizing the agency's commitment to supporting small businesses. Work Details The contract involves providing the following item: - **Item:** Grit, Aluminum Oxide - **Description:** Abrasive grit, brown fused aluminum oxide, size #36, packaged in 1-ton bags. - **Quantity:** 75 bags - **Manufacturer Requirement:** The manufacturer must be authorized for the Hazardous Material Control Number (HMCN) being procured as indicated on the PHNSY & IMF C/106 AUL listing. - **Safety Data Sheet (SDS):** An SDS must be submitted with the quote. Place of Performance Pearl Harbor Naval Shipyard IMF, 667 Safeguard Street, BLDG 167-1 RECV, Pearl Harbor, HI 96860-5033, United States.
| Contact name | Quincey Dillenback |
|---|---|
| Contact email | quincey.dillenback.civ@us.navy.mil |
| Contact phone | 80847380004697 |
Agency: NAVSUP Fleet Logistics Center Pearl Harbor
Location: Hawaii
NAICS: 811310
Agency: 413th Contracting Support Brigade
Location: Hawaii
NAICS: 517810
Agency: NPS Pacific West Region
Location: Hawaii
NAICS: 321912
Agency: Naval Sea Systems Command
Location: Hawaii
NAICS: 532490