The provided government file outlines several crucial FAR and DFAR clauses related to federal contracting, primarily focusing on supply chain security, telecommunications equipment, and small business representations. FAR clauses 52.204-26 and 52.204-24 prohibit the use of covered telecommunications and video surveillance equipment/services from specific foreign entities (e.g., Huawei, ZTE) and require offerors to represent whether they provide or use such equipment. Detailed disclosure is mandated if prohibited equipment/services are involved. FAR 52.204-27 prohibits the use of ByteDance's TikTok on government information technology. FAR clauses 52.204-29 and 52.204-30 address the Federal Acquisition Supply Chain Security Act (FASCSA) orders, prohibiting contractors from using covered articles or sources identified in FASCSA orders and requiring reporting of any identified instances. DFAR clauses 252.204-7016, 252.204-7019, and 252.204-7020 detail prohibitions on covered defense telecommunications equipment and NIST SP 800-171 DoD assessment requirements for safeguarding controlled unclassified information. Offerors must have current NIST SP 800-171 assessments posted in the Supplier Performance Risk System (SPRS) to be considered for award, with procedures for Basic, Medium, and High assessments outlined. Lastly, FAR 52.219-1 details small business program representations, including definitions and self-representation requirements for various small business categories. DFARS 252.232-7006 outlines Wide Area WorkFlow (WAWF) payment instructions for electronic invoicing.
This Combined Synopsis/Solicitation (RFQ SPMYM326Q8007) is a Small Business Set-Aside for commercial items, specifically 1225 self-locking hex nuts and associated data requirements for the Portsmouth Naval Shipyard. The solicitation closes on December 24, 2025, at 12:00 PM EST. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) criteria, with vendor responsibility determined using PPIRS and FAR 9.104. Offerors must submit descriptive literature to demonstrate technical acceptability and include completed provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019. Quotes, including company information, Cage Code, pricing, and payment preference, must be emailed to sam.aiguier@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL. Contractors must be registered in SAM.gov.
This Request for Quotation (RFQ) SPMYM326Q8007, issued by DLA MARITIME – PORTSMOUTH, seeks proposals for self-locking hex nuts and associated data requirements. The solicitation is set aside for 100% Small Business Set-Aside (SBSA) and is due by December 24, 2025. Key evaluation criteria include Lowest Price Technically Acceptable (LPTA) and compliance with various FAR and DFARS clauses, particularly those related to covered telecommunications equipment and services (e.g., FAR 52.204-26, 52.204-24, 252.204-7016, 252.204-7018), and the prohibition on ByteDance Covered Applications (52.204-27). Offerors must be registered in SAM and have current NIST SP 800-171 DoD Assessment scores in SPRS to be considered for award. The RDD for the requested items is February 27, 2026. The government anticipates a single award for all items.