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 (SPMYM426Q3097). 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 these address(s):
https://www.ecfr.gov
https://www.acquisition.gov/content/list-sections-affected
http://www.acq.osd.mil/dpap/dars/change_notices.html
The FSC Code is (4730) and the NAICS code is (332999). The Small Business Standard is 750 employees. This requirement is 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.
Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. A technical spec sheet and proof of traceability are required to be sent with quote. Failure to provide this information may result in your quotation being determined technically unacceptable. Only one quote per vendor may be sent.
DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing: Interested parties must fill out the required request for quote saved in the attachment section. It is titled, “SPMYM426Q3097”.
ITEM DESCRIPTION QTY U/I
0001 HOSE ASSEMBLY 50' 30 AY
HOSE ASSEMBLY, 4” DIA X 50’ L; ASSEMBLY CONSISTS OF A RUBBER HOSE, MALE CAM & GROOVE ADAPTER X HOSE
SHANK WITH INTERLOCKING CRIMP FERRULE 1ST END, FEMALE CAM & GROOVE ADAPTER X HOSE SHANK WITH
INTERLOCKING CRIMP FERRULE 2ND END.
Purchase Specification:
Hose assembly, fully assembled: 4” ID X 50’ Long, Nonmetallic, high UV protection & abrasion resistant tube & cover with interlocking crimp ferrule and camlock adapter, both ends.
Application or Intended Use: Hose assembly will be installed in the high UV exposure weather in a marine environment for use as a temporary freshwater or saltwater header. Use location in Pearl Harbor, Hawaii. When not in use, hose will be coiled and stacked for storage.
Hose Assembly Construction:
1. Hose: Texcel, Gamma-Flex Tank 300, Part Number GTA30C1-4.0. 4” ID x 4.719” OD x 50 ft long, 300 PSI working pressure, 29 in/HG vacuum, 10” bend radius, 2.72 lbs/ft.
a. Tube: Black Nitrile.
b. Hose Cover: Black corrugated neoprene.
c. Reinforcement: High tensile tire cord plies with dual helix wire.
d. Temperature: -40 deg F to +190 deg F
2. End Fittings: Each hose assembly shall have the following components installed at each end:
a. 1st Hose End: PT Coupling Co., Part Name 40EHD, Item # 1200540H. Brass (alloy UNS C92200), 4”, 300 psi, Heavy Duty Male Cam & Groove Adapter x Hose Shank.
b. 2nd Hose End: PT Coupling Co., Part Name 40CHD, Item # 1200340H, Brass (alloy UNS C92200), 4”, 300 psi, Heavy Duty Female Cam & Groove Coupler x Hose Shank. Modified with Part Name SLS30, Item # 5009030A.
STA-LOK II Cam Assembly, stainless steel cam arms, pins, pull rings, and lock plates.
c. End Fitting Interlocking Ferrules: End fittings shall be coupled to the hose with PT Coupling Co., Part Name 40424C50SS, Item # 54140424. Pro-Grip C50SS Crimp Ferrule, 4”, 4.75” ID, 0.31” wall thickness, stainless steel, 500 psi.
3. Hose End Assembly: Shall be accomplished in accordance with established National Association for Hose Accessories Distribution (NAHAD) certification standards.
Hose Test & Assembly Certification:
4. Each hose assembly shall be hydrostatically strength tested with commercial clean, fresh water as a test medium, at 300 (+10, -0) PSIG for 10 minutes. No leaks, weeps, bulges, or end fitting slippage allowed.
5. Each hose assembly cover shall be visually inspected to verify they do not have hairline cracks, breaks, abrasions, soft spots, bulges, or other defects that would impair or degrade the function or quality of the material.
6. Vendor shall certify that the brass cam arms, pins, pull rings have been replaced with stainless steel cam arms, pins, pull rings, and lock plates.
7. Vendor shall certify that hose assemblies are free of leaks, deformation, layer separation, excessive twisting or kinking; that end fittings are not damaged or faulty, and that the end fittings and ferrules are properly positioned on the hose ends, in accordance with NAHAD standards.
8. Each certified hose assembly shall be assigned a unique serial number by the vendor assembling the hose carcass and end fittings. The serial number shall be permanently stamped or etch marked on the hose ferrule of each hose end.
9. Written certification of satisfactory hydrostatically testing, satisfactory visual inspection, and satisfactory hose end assembly in accordance with NAHAD standards, shall be provided with each shipped hose.
10. Written certifications shall include the signature of the tester, test date, and the unique hose serial numbers. Hydrostatic strength test certifications shall also include the test pressure and duration.
Vendor Quote:
11. Price quotes for market survey request will not be accepted without the hose, fitting, and ferrule manufacturer cut sheets or product description sheets attached, which shall include as a minimum the technical characteristic of the components and the manufacturer’s address, telephone/fax number, and manufacturer point of contact. The market survey price quote must reference the manufacturer’s part numbers for the item quoted.
12. Each quoting vendor, if requested, shall submit a five-foot (or longer) hose assembly at vendor expense, for destructive testing analysis by the government.
Packaging:
13. Hoses shall be packaged and palletized to ensure that they are not damaged during transit.
a. Ensure hoses are not coiled too tightly and in a way to prevent kinks and internal damage.
b. Utilize sufficient padding to prevent the female camlock adapter arms from gouging adjacent hoses.
c. Ensure that the hose assemblies at the bottom of the stack are not damaged from the weight of the hose assemblies stacked on top of them.
NOTE: OFFEROR 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 QUOTE.
FAR CLAUSES AND PROVISIONS
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
52.211-16, Variation in Quantity
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.
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs
52.232-18 Availability of Funds *See Attachment for Full Text
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
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004) including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement:
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 Reporting Executive Compensation
52.204-27 Prohibition on a ByteDance Covered Application
52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor
52.222-50 Combating Trafficking in Persons
52.223-11 Ozone Depleting Substances
52.225-1 Buy American-Supplies
52.225-13 Restriction on Certain Foreign Purchases
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by EFT-SAM
52.232-36 Payment by Third Party
52.247-64 Preference for Privately Owned US-Flag Commercial Vessels
DFARS CLAUSES AND PROVISIONS
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.
252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7013 Duty-Free Entry (NOV 2023)
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.
252.232-7003, Electronic Submission of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions *See Attachment for Full Text
252.232-7010, Levies on Contract Payments
252.232-7998 Obligations in Advance of Fiscal Year 2026 Funding (DEVIATION 2026-O0001) *See Attachment for Full Text
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)
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)
H10 Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)
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)
LOCAL CLAUSES (See Attachment for Full Text):
Quoters are reminded to include a completed copy of 52.212-3 and ALT I if not updated in SAM.gov.
This announcement will close (MM/DD/2025 2pm HST). The Point of Contact for this solicitation is (CO/CS) who can be reached at (email). 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/.
If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided.
Please submit quotations via email at leo.y.li.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 ********