The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.
***NO GREY MARKET ITEMS AS ALL ITEMS/MATERIAL MUST BE NEW***
The Contract Line Items (CLINs) is as follows:
CLIN 0001 - 5339B036 – QTY: 1 KIT - CVN-78 PLANT 1 BOLTED EQUIPMENT REMOVAL PLATE (BERP) GASKET KIT FORT WORTH GASKET P/N 78-PLANT 1
GASKET, PRECUT SQ W/ROUND CORNERS 52.00 X 52.00 X 0.188 THK
GASKET, PRECUT SQ W/ROUND CORNERS 8'-4.50 X 8'-4.5 X 0.188 THK
GASKET, PRECUT SQ W/ROUND CORNERS 52.50 X 52.50 X 0.188 THK
GASKET, PRECUT ROUND CORNERS 9'-3.88 X 9' 3.88 X 0.188 THK
GASKET, PRECUT ROUND CORNERS 51.88 X 51.88 X 0.188 THK
**GASKETS ARE TO BE MAUFACTURED IN ACCORDANCE WITH NAVSEA DWGS 167-8200547 AND 167-8200548 (VENDOR HAS COPIES). WHERE PRACTICAL, THE GASKETS SHALL BE MADE AS ONE CONTINUOUS PIECE. WHERE THE SIZE OF THE GASKET PROHIBITS FABRICATION AS ONE PIECE, GASKETS SHALL BE MADE WITH NOT MORE THAN FOUR DOVETAILED JOINTS, WITH AS FEW JOINTS AS PRACTICABLE. EACH SHALL BE MARKED WITH ITS LISTED, ASSIGNED NEWPORT NEWS PART NUMBER (NNPN) USING INDELIBLE CONTRASTING INK AND WITH AN ATTACHED CORRESPONDING IDENTIY TAG.
CERTIFY THAT THE MATERIAL USED TO MANUFACTURE EACH GASKETS MEETS THE ASSOCIATED SPECIFICATION.
CLIN 0002 - 5339B037 - QTY: 1 KIT - CVN-78 PLANT 1 BOLTED EQUIPMENT REMOVAL PLATE (BERP) GASKET KIT FORT WORTH GASKET P/N 78-PLANT 2
GASKET, PRECUT SQ W/ROUND CORNERS 52.00 X 52.00 X 0.188 THK
GASKET, PRECUT SQ W/ROUND CORNERS 8'-4.50 X 8'-4.5 X 0.188 THK
GASKET, PRECUT SQ W/ROUND CORNERS 52.50 X 52.50 X 0.188 THK
GASKET, PRECUT ROUND CORNERS 9'-3.88 X 9' 3.88 X 0.188 THK
GASKET, PRECUT ROUND CORNERS 51.88 X 51.88 X 0.188 THK
**GASKETS ARE TO BE MAUFACTURED IN ACCORDANCE WITH NAVSEA DWGS 167-8200547 AND 167-8200548 (VENDOR HAS COPIES). WHERE PRACTICAL, THE GASKETS SHALL BE MADE AS ONE CONTINUOUS PIECE. WHERE THE SIZE OF THE GASKET PROHIBITS FABRICATION AS ONE PIECE, GASKETS SHALL BE MADE WITH NOT MORE THAN FOUR DOVETAILED JOINTS, WITH AS FEW JOINTS AS PRACTICABLE. EACH SHALL BE MARKED WITH ITS LISTED, ASSIGNED NEWPORT NEWS PART NUMBER (NNPN) USING INDELIBLE CONTRASTING INK AND WITH AN ATTACHED CORRESPONDING IDENTIY TAG.
CERTIFY THAT THE MATERIAL USED TO MANUFACTURE EACH GASKETS MEETS THE ASSOCIATED SPECIFICATION.
The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 339991 (Gasket, Packing, and Sealing Device Manufacturing) with a size standard of 600 employees. The Product Service Code is 5330. Award will be made based on LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA). The solicitation document incorporates provisions and clauses in effect through FAC 2024-01 and DFARS Change Notice 10/30/2023.
The anticipated delivery date for this acquisition is 35 Days ARO for both CLINS. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only.
The solicitation number is SPMYM126Q0003 and will be open for quotes as of 31 DECEMBER 2025 and is posted to SAM.gov, https://sam.gov/ Quotes will be due by 3:00 PM EST on 07 JANUARY 2026. Responses to the solicitation notice shall be emailed to the attention of LaTasha Pearson at latasha.pearson@dla.mil. Please make sure that the solicitation number (SPMYM126Q0003) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues.
Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at on the interested vendor list under SPMYM126Q0003. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.
All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to La