Portsmouth Naval Shipyard (PNSY) seeks to acquire insulated flexible ductwork for temporary HVAC systems in an industrial outdoor environment. The ductwork must have a 20-inch nominal inside diameter, be in 25-foot sections, and have a minimum R-value of 8. Key construction requirements include high-strength, polyurethane-coated polyester fabric with a spring steel wire helix and heavy-duty external PVC wearstrip. Both interior and exterior layers must meet UL94 V-0 flame retardant ratings and be black or white. The ducting must be rated for positive pressure supply air (≥ 25 IN/W.G.), be UV stabilized, and resist mold and mildew for continuous outdoor exposure in harsh environments with an application temperature range of -60°F to +400°F. Prohibited colors are yellow and magenta. Deliveries must be new, fully-extended, and undergo a physical examination before shipment and upon receipt to ensure no damage, kinks, or debris. Personnel accessing the shipyard must be US citizens with appropriate identification. The contractor is responsible for meeting all specifications. The Flexaust FX-400 IF is an approved model.
The Defense Logistics Agency (DLA) is issuing a combined synopsis/solicitation (SPMYM3-26-Q-4016) for commercial items, utilizing Simplified Acquisition Procedures and a 100% Small Business Set-Aside. The Portsmouth Naval Shipyard requires various materials, with quotes evaluated based on the lowest price technically acceptable criteria and an "All or None" basis. Potential contractors must be registered in SAM, provide country of origin for each line item, and include freight in their pricing using the attached RFQ form. Required provisions, including 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019, must be completed and submitted with offers. Quotes are due by December 23rd, 2025, at 10:00 AM EST and should be emailed to gary.1.chandler@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL. The solicitation includes numerous FAR, DFARS, DLAD, and local clauses, emphasizing compliance with various federal regulations and small business requirements. A reverse auction may be held.
This government file outlines various clauses and procurement notes for federal contracts, covering dispute resolution, material management, supply chain traceability, and shipping. Key clauses include a mandatory Alternative Dispute Resolution (ADR) process before litigation (DLAD 52.233-9001) and immediate contractor notification for superseded part numbers or manufacturing phase-outs (DLA PROC NOTES C01, C02). Contractors must retain supply chain traceability documentation for six years (C03) and adhere to specific requirements for offers of former government surplus property (C04). The document details procedures for correcting nonconforming packaging (C14) and mandates the use of the Vendor Shipment Module (VSM) for shipping documentation (C20). It also addresses Product Verification Testing (E05), electronic award transmissions (L01), evaluation of part-numbered items (L04), agency protests (L06), and the potential use of reverse auctions for price discussions (L09). Additionally, it prohibits additive manufacturing unless explicitly authorized (L31) and outlines evaluation factors for surplus property (M05). Local clauses specify invoicing via Wide Area Workflow (YM3 A1), mercury control (YM3 C500), restrictions on specification changes (YM3 C528), and marking/packaging requirements (YM3 D2, D4, D8).
This document is a Request for Quotation (RFQ) issued by DLA Maritime – Portsmouth, seeking bids for 30 units of FX-400-IF insulated flexible ventilation ducting. The RFQ, set aside for small businesses, requires delivered prices (FOB Destination) and is due by December 23, 2025. Key requirements include vendor registration in SAM, completion of specific FAR and DFARS clauses regarding telecommunications equipment and services (52.204-26, 52.204-24, 252.204-7016), and acknowledgement of the Buy American Act provisions. Evaluation will be based on the Lowest Price Technically Acceptable criteria, with a single award anticipated. The Supplier Performance Risk System (SPRS) will be used to assess item, price, and supplier risks. Shipping to Portsmouth Naval Shipyard is required, with freight included in the unit price and an ASAP delivery date. Payment terms are Net 30, accepting GPC or WAWF.