ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Brand Name Mandatory Panduit Strapping

DEPT OF DEFENSE SPMYM326Q2018
Response Deadline
Feb 18, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking qualified small businesses to provide brand name mandatory Panduit strapping for the Portsmouth Naval Shipyard in Kittery, Maine. The procurement is a 100% Small Business Set-Aside, requiring vendors to submit quotes based on the Lowest Price Technically Acceptable (LPTA) criteria, with specific compliance to various FAR and DFARS clauses related to supply chain security and cybersecurity. Interested contractors must ensure they are registered in SAM.gov and submit their quotes by February 18, 2026, at 4:00 PM EST, via email to the designated contacts, including pricing and other required information. For further details, potential offerors can reach out to Thomas Apple at Thomas.AppleJr@dla.mil.

Classification Codes

NAICS Code
339991
Gasket, Packing, and Sealing Device Manufacturing
PSC Code
5330
PACKING AND GASKET MATERIALS

Solicitation Documents

4 Files
SPMYM326Q2018 Combined Synopsis Solicitation.docx
Word32 KBFeb 5, 2026
AI Summary
This document is a combined synopsis/solicitation for commercial items for the Portsmouth Naval Shipyard, specifically for brand-name mandatory Panduit products. The solicitation, RFQ number SPMYM326Q2018, is a 100% Small Business Set-Aside with evaluation criteria based on Lowest Price Technically Acceptable (LPTA). Contractors must be registered in SAM.gov and will be screened for responsibility using PPIRS. The announcement includes numerous FAR, DFARS, DLAD, and local clauses and provisions that offerors must comply with, and specific provisions must be completed and included with the offer. Quotes are due by February 18, 2026, at 4:00 PM EST and should be submitted via email to Thomas.AppleJr@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL. Quotes must include pricing, FOB point, CAGE Code, point of contact, GSA contract number (if applicable), business size under NAICS code 339991, and preferred payment method (GCPC or WAWF).
SPMYM326Q2018 RFQ.docx
Word47 KBFeb 5, 2026
AI Summary
The Request for Quotation (SPMYM326Q2018) is a 100% Small Business Set-Aside for 'STRAPPING' (FSC/NAICS: 5330/339991). Quotes are due by February 18, 2026, 4:00 PM EST, with award based on Lowest Price Technically Acceptable (LPTA) criteria, without discussions. Offerors must be SAM registered and active. Key requirements include providing delivered prices (FOB Destination) to Portsmouth Naval Shipyard, Kittery, Maine, and meeting the Government's Required Delivery Date (RDD). The solicitation mandates adherence to various FAR and DFARS clauses, notably those concerning covered telecommunications equipment/services (52.204-26, 52.204-24, 252.204-7016, 252.204-7018), which prohibit the use of certain foreign-made equipment, and the ByteDance Covered Application prohibition (52.204-27). Additionally, offerors must have a current NIST SP 800-171 DoD Assessment posted in SPRS to be considered for award, as per 252.204-7019. This RFP emphasizes compliance with national security and cybersecurity regulations, requiring detailed representations and disclosures from vendors.
SPMYM326Q2018 Attachment-1.pdf
PDF107 KBFeb 5, 2026
AI Summary
This government contract outlines the specifications for Nylon Coated Strapping, identified by stock number 5330-LL-D00-0291. The item, specifically 1/2 inch x 0.020 inch AISI 304 stainless steel with nylon coating, refers to PANDUIT PART# NCMSCNW50T20CR4, DWG 7016612, REV XC, METHOD 202-13. The contract specifies standard commercial practice for packaging and outlines inspection and acceptance requirements under FAR 52.246-1, E-2, and E504, indicating destination inspection and a notice of constructive acceptance period. It also notes that the material is
Clauses - Full Text Provisions and Clauses.docx
Word80 KBFeb 5, 2026
AI Summary
This government file outlines several Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses pertinent to government contracts, focusing on supply chain security, telecommunications equipment, and small business representations. Key FAR clauses address prohibitions on contracting for certain telecommunications and video surveillance equipment (52.204-26, 52.204-24, 52.204-25), the prohibition on ByteDance covered applications (52.204-27), and Federal Acquisition Supply Chain Security Act (FASCSA) orders (52.204-29, 52.204-30). These clauses require offerors to represent whether they provide or use prohibited equipment or services, conduct reasonable inquiries, and disclose any non-compliance to facilitate potential waivers. The definitions section clarifies terms like "covered telecommunications equipment or services" and "FASCSA order." Additionally, FAR 52.219-1 details small business program representations, including categories like veteran-owned, women-owned, and HUBZone businesses. DFARS clauses include 252.204-7016 on covered defense telecommunications equipment and 252.204-7019 and 252.204-7020 on NIST SP 800-171 DoD Assessment Requirements, mandating contractors to have current cybersecurity assessments posted in the Supplier Performance Risk System (SPRS). DFARS 252.232-7006 provides instructions for Wide Area WorkFlow (WAWF) payment submissions. Overall, the file emphasizes compliance with national security, cybersecurity, and small business regulations for federal contractors.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 5, 2026
deadlineResponse DeadlineFeb 18, 2026
expiryArchive DateMar 18, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA MARITIME - PORTSMOUTH

Point of Contact

Name
Thomas Apple

Place of Performance

Kittery, Maine, UNITED STATES

Official Sources