Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2025 SAM #8676
SOLICITATION NOTICE

66 -- Hydraulic Test Stand

Notice Date
8/26/2025 12:23:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
SPMYM125R0004
 
Response Due
9/8/2025 11:00:00 AM
 
Archive Date
09/23/2025
 
Point of Contact
LISA ALDRICH
 
E-Mail Address
Lisa.Aldrich@dla.mil
(Lisa.Aldrich@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract as Brand Name or Equal with Best Value Evaluation Factors for the item listed below. The required item is for non-commercial items prepared in accordance with the information in FAR Part 12 and FAR 15, as supplemented with the additional information included in this notice. The Contract Line Item Numbers (CLINs) are as follows: CLIN 0001 - HYDRAULIC TEST STAND WITH ANCILLARY SUPPORT TO INCLUE INITIAL INSTALLATION AND TRAINING AS PER TECHNICAL SPECIFICATIONS ATTACHED. Specification Applicable Documents Requirements Quality Assurance Additional Requirements Workers Access to the Work Site Training Warranty / Service Support QTY: 1 U/I: EA Proposals must include the following information: Company information including cage code and state whether Manufacturer or Dealer POC and their email address Detailed specification of the proposed Hydraulic Test Stand shows compliance with the technical requirements listed in Attachment 1 Schematic directional control value diagram (see Attachment 1, Technical Specification paragraphs 3.3.17 and 3.3.18) Pictures and estimated dimensions of your proposed Hydraulic test stand Estimated Leadtime Price includes breakdown to show shipping cost, training cost, any discount, any options, etc. List any previous government contracts for Hydraulic Test Stands The source selection process for this procurement will be based on Best Value Tradeoff Process. Four (4) Evaluation factors will be considered in descending order of importance: Technical Capability evaluation factor is more important than the Price, Past Performance, and Delivery evaluation factors when combined. Price, Past Performance, and Delivery, when considered together, are significant and equally important after Technical Capability acceptance. The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 334513, Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables. The Product Service Code is 6695. The anticipated delivery date for this acquisition is March 27, 2026. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. The solicitation number is SPMYM125R0004 and it is currently posted to SAM.gov, https://sam.gov/. It will remain on SAM.gov for 29 days. Any questions pertaining to the solicitation can be emailed to Lisa Aldrich at Lisa.Aldrich@dla.mil by no later than 2:00 pm EST on August 20th. Questions not submitted to this email address by the deadline will not be answered. All questions received will be answered under an amendment to this solicitation SPMYM125R0004 and posted on SAM.gov Final proposals will be due by 2:00 PM EST on September 8, 2025. Responses to the solicitation notice shall be emailed to the attention of Lisa Aldrich as Lisa.Aldrich@dla.mil Please make sure that the solicitation number (SPMYM125R0004) 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. 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 proposal, 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 Lisa Aldrich at Lisa.Aldrich@dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e54496a221bf41c689bec11da7046c95/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07567495-F 20250828/250826230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.