This government contract attachment outlines the specifications for a hose assembly for water and oil service. The required hose is a 2 1/2" diameter x 25 feet long black or blue hose, with brand-name mandatory Ever-Tite brass shank hose couplings. Specifically, one end must have a Part "C" shank coupler and the other a Part "E" shank adapter to ensure compatibility with existing hoses. The hose material must be high-strength, textile-braided with helix wire reinforcement, equivalent to Goodall "NU-FLEX" N-1615, N-2490, or Dunlop 602. The document also details preservation and packaging requirements, including sealing hose ends with plastic plugs or caps to prevent foreign material entry. Responsibility for inspection is noted, and the document is digitally signed by SWEENEY.HEather.S.1455804520.
This contract attachment outlines the specifications for braided hose assemblies for water and oil service. Key requirements include a size of 1-1/2 inches in diameter by 25 feet long, with black or blue hose being acceptable. Brand-name mandatory Ever-Tite fittings (Part C - 315CBR and Part E - 315EBR) are required to ensure compatibility. The hose must be high-strength, textile braided with helix wire reinforcement, equivalent to Goodall "Nu-Flex" N-1615, N-2490, or Dunlop 602. It must consist of brass Ever-Tite shank hose couplings with a Part C coupler on one end and a Part E adapter on the other. Preservation and packaging require commercially packaged items with hose ends sealed by plastic plugs or caps to prevent contamination. The document also references responsibility for inspection and special provisions.
This document outlines several Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses critical for government contractors. FAR 52.204-26 and 52.204-24 prohibit the provision and use of covered telecommunications equipment or services from specific foreign entities, requiring offerors to disclose their compliance and provide detailed information if non-compliant. FAR 52.204-27 bans TikTok on government information technology and contractor-used IT. FAR 52.204-29 and 52.204-30 address the Federal Acquisition Supply Chain Security Act (FASCSA) orders, prohibiting covered articles or sources identified in FASCSA orders and mandating disclosures for waivers. FAR 52.219-1 outlines small business program representations, including definitions and certifications for various small business categories. DFARS 252.204-7016 similarly prohibits covered defense telecommunications equipment. DFARS 252.204-7019 and 252.204-7020 detail NIST SP 800-171 DoD assessment requirements, mandating contractors to have current cybersecurity assessments posted in the Supplier Performance Risk System (SPRS) and providing procedures for basic, medium, and high assessments. Finally, DFARS 252.232-7006 provides instructions for electronic payment submissions via Wide Area WorkFlow (WAWF).
This is a combined synopsis/solicitation for commercial items, specifically for Ever Tite Brand Fittings, due to compatibility requirements with existing hoses at the Portsmouth Naval Shipyard. The solicitation, RFQ number SPMYM326Q2012, is a 100% Small Business Set-Aside, utilizing Simplified Acquisition Procedures. Evaluation will be based on Lowest Price Technically Acceptable (LPTA) criteria, with vendor responsibility determined by PPIRS and FAR 9.104 screening. Offerors must complete and include specific FAR and DFARS provisions with their quotes, which are due by December 31, 2025, at 1:00 PM. Quotes must be submitted via email to Thomas.AppleJr@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL. Contractors must be registered in SAM.gov and provide manufacturer details if not the actual manufacturer. Payment terms are Net 30 Days AFTER acceptance of material, with options for Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF).
The Request for Quotation (RFQ) SPMYM326Q2012 is a 100% Small Business Set-Aside for the procurement of Hose Assemblies (100 EA of Item 0001 and 150 EA of Item 0002) for the DLA MARITIME – PORTSMOUTH. Quotes are due by December 31, 2025, at 1:00 PM EST, with a required delivery date of December 7, 2025. The evaluation criteria for award is Lowest Price Technically Acceptable, anticipating a single award (all or none). Offerors must be registered in SAM and provide specific company, pricing, and shipping information. Key provisions require representations regarding covered telecommunications equipment and services (FAR 52.204-26 and 52.204-24, DFARS 252.204-7016), adherence to the Prohibition on a ByteDance Covered Application (FAR 52.204-27), and compliance with NIST SP 800-171 DoD Assessment Requirements (DFARS 252.204-7019), including posting current assessment scores in SPRS.