CONTACTOR
Department of Defense — Defense Logistics Agency
Description
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 SPMYM4-26-Q-3386 . 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 this address: — https://www.ecfr.gov and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html. — The FSC Code is 6110 and the NAICS code is 335312. The Small Business Standard is 1250 . This requirement is being processed utilizing 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. — This requirement is brand name mandatory to Rockwell Automation, parent company of Allen Bradley Company due to replacing obsolete components with OEM’s direct replacement parts as part of an equipment “refresh”. Quotations received that represent a different manufacturer will not be considered for award. — Offerors are required to submit Traceability documentation (see attachment) to show how their quotation meets the required specifications. Failure to provide this information may result in your quotation being determined technically unacceptable. — If your business sends two quotes for the same solicitation, the second will not be considered. One quote per solicitation, please . — DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing: — CLIN 0001 Quantity Unit Unit Price Amount — CONTACTOR 4 EA ______ ______ — NEMA SIZE 5, — BUS BAR CONNECTION, — ALLEN BRADLEY/ROCKWELL AUTOMATION — P/N: 300-FOEN9311 — VENDOR INFORMATION — Vendor Name: — CAGE Code: — Phone: — Email: — Quoted Valid for ___ Days — YOUR COMPANY INFORMATION — YOUR BUSINESS SIZE: ___ Large (LG), ___ Small (SB), ___ Small-Disadvantaged Business (SDB), — ___ Veteran-Owned Small Business (VOSB), ___ Women-Owned Small Business (WOSB), — ___ Economically Disadvantaged Women-Owned Small Business (EDWOSB), ___ Service Disabled Veteran Owned Small Business (SDOVSB), ___ (HUBZONE), ___ (8a). — QUOTING AS MANUFACTURER? Yes ___ No ___ — Name of Quoted Manufacturer ___________________ — QUOTING AS: ___ AUTHORIZED DISTRIBUTOR or ___ THIRD PARTY DEALER — Do you have dealer independence? Yes_____ No______ (does the MFR set your prices) — SAM CAGE CODE of MFR: ________________ — SHIPPING INFORMATION — PLACE OF MFG/COUNTRY OF ORIGIN: ______/_______ — ESTIMATED DELIVERY TO PEARL HARBOR__________ Calendar Days ARO — FOB TERMS: DESTINATION — SHIP TO: — DoDAAC: N32253 — Country Code: USA — PEARL HARBOR NAVAL SHIPYARD IMF — 667 SAFEGUARD STREET, BLDG 167-1 RECV 808- — 473-8000X4961 — PEARL HARBOR, HI 96860-5033 — UNITED STATES — Government Representative, DLA Distribution — Email: distrcustomerservice@dla.mil — Phone: 808-473-8000 X4961 — Representations must be filled in below, and provided with the submission of the quote. — Offers received without completed representations may not be considered for award. — PRINTED NAME_______________________________SIGNATURE_____________________________ — DATE______________ — NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016,AND INCLUDE THE COMPLETED PROVISIONS WITH — THEIR OFFER. — ****These are the clauses associated with this solicitation. The attached full text clauses is not specific to your solicitation but is provided for you to fill out 52.204-24, 52.204-26, 252.204-7016 .*** — 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 — 52.211-17, 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. — 52.223-3, Hazardous Material Identification and Material Safety Data — 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs — 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 — 52.203-19, 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 — 52.204-27 — Prohibition on a ByteDance Covered Application — 52.204-30 — FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition — 52.222-3 — Convict Labor — 52.222-19 — Child Labor — 52.222-50 — Combating Trafficking in Persons — 52.223-11 — Ozone Depleting Substances — 52.225-3 — Buy American-Free Trade Agreements — 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 — 52.247-64 — 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 — 252.211-7003, Item Unique Identification and Valuation — 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 — 252.225-7048, 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. — * See Attachment for Full Text — 252.232-7010, Levies on Contract Payments — 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) — C01 Superseded Part Numbered Items (SEP 2016) — 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) — L04 Offers for Part Numbered Items (SEP 2016) — 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) — M06 Evaluation of Offers for Part Numbered Items (SEP 2016) — LOCAL CLAUSES (See Attachment for Full Text) : — YM4 E7F754 CERTIFICATIONS REQUIRED WITH DELIVERY OF MATERIAL — YM4 L001 EUROPEAN UNION RESTRICTIONS REGARDING NONMANUFACTURED WOOD PACKAGING AND PALLETS — YM4 L003 UNIT PRICES — YM4 L331 REVIEW OF AGENCY PROTESTS — Quoters are reminded to include a completed copy of 52.212-3 and it’s ALT I if not updated in SAM. — This announcement will close 15 May 2026 at 12:00pm HST. The Point of Contact for this solicitation is Quincey “Lee” Dillenback who can be reached at quincey.dillenback.civ@us.navy.mil. 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/. — Please submit quotations via email at quincey.dillenback.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 ********
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 SPMYM4-26-Q-3386 . 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 this address: — https://www.ecfr.gov and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html. — The FSC Code is 6110 and the NAICS code is 335312. The Small Business Standard is 1250 . This requirement is being processed utilizing 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. — This requirement is brand name mandatory to Rockwell Automation, parent company of Allen Bradley Company due to replacing obsolete components with OEM’s direct replacement parts as part of an equipment “refresh”. Quotations received that represent a different manufacturer will not be considered for award. — Offerors are required to submit Traceability documentation (see attachment) to show how their quotation meets the required specifications. Failure to provide this information may result in your quotation being determined technically unacceptable. — If your business sends two quotes for the same solicitation, the second will not be considered. One quote per solicitation, please . — DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing: — CLIN 0001 Quantity Unit Unit Price Amount — CONTACTOR 4 EA ______ ______ — NEMA SIZE 5, — BUS BAR CONNECTION, — ALLEN BRADLEY/ROCKWELL AUTOMATION — P/N: 300-FOEN9311 — VENDOR INFORMATION — Vendor Name: — CAGE Code: — Phone: — Email: — Quoted Valid for ___ Days — YOUR COMPANY INFORMATION — YOUR BUSINESS SIZE: ___ Large (LG), ___ Small (SB), ___ Small-Disadvantaged Business (SDB), — ___ Veteran-Owned Small Business (VOSB), ___ Women-Owned Small Business (WOSB), — ___ Economically Disadvantaged Women-Owned Small Business (EDWOSB), ___ Service Disabled Veteran Owned Small Business (SDOVSB), ___ (HUBZONE), ___ (8a). — QUOTING AS MANUFACTURER? Yes ___ No ___ — Name of Quoted Manufacturer ___________________ — QUOTING AS: ___ AUTHORIZED DISTRIBUTOR or ___ THIRD PARTY DEALER — Do you have dealer independence? Yes_____ No______ (does the MFR set your prices) — SAM CAGE CODE of MFR: ________________ — SHIPPING INFORMATION — PLACE OF MFG/COUNTRY OF ORIGIN: ______/_______ — ESTIMATED DELIVERY TO PEARL HARBOR__________ Calendar Days ARO — FOB TERMS: DESTINATION — SHIP TO: — DoDAAC: N32253 — Country Code: USA — PEARL HARBOR NAVAL SHIPYARD IMF — 667 SAFEGUARD STREET, BLDG 167-1 RECV 808- — 473-8000X4961 — PEARL HARBOR, HI 96860-5033 — UNITED STATES — Government Representative, DLA Distribution — Email: distrcustomerservice@dla.mil — Phone: 808-473-8000 X4961 — Representations must be filled in below, and provided with the submission of the quote. — Offers received without completed representations may not be considered for award. — PRINTED NAME_______________________________SIGNATURE_____________________________ — DATE______________ — NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016,AND INCLUDE THE COMPLETED PROVISIONS WITH — THEIR OFFER. — ****These are the clauses associated with this solicitation. The attached full text clauses is not specific to your solicitation but is provided for you to fill out 52.204-24, 52.204-26, 252.204-7016 .*** — 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 — 52.211-17, 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. — 52.223-3, Hazardous Material Identification and Material Safety Data — 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs — 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 — 52.203-19, 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 — 52.204-27 — Prohibition on a ByteDance Covered Application — 52.204-30 — FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition — 52.222-3 — Convict Labor — 52.222-19 — Child Labor — 52.222-50 — Combating Trafficking in Persons — 52.223-11 — Ozone Depleting Substances — 52.225-3 — Buy American-Free Trade Agreements — 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 — 52.247-64 — 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 — 252.211-7003, Item Unique Identification and Valuation — 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 — 252.225-7048, 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. — * See Attachment for Full Text — 252.232-7010, Levies on Contract Payments — 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) — C01 Superseded Part Numbered Items (SEP 2016) — 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) — L04 Offers for Part Numbered Items (SEP 2016) — 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) — M06 Evaluation of Offers for Part Numbered Items (SEP 2016) — LOCAL CLAUSES (See Attachment for Full Text) : — YM4 E7F754 CERTIFICATIONS REQUIRED WITH DELIVERY OF MATERIAL — YM4 L001 EUROPEAN UNION RESTRICTIONS REGARDING NONMANUFACTURED WOOD PACKAGING AND PALLETS — YM4 L003 UNIT PRICES — YM4 L331 REVIEW OF AGENCY PROTESTS — Quoters are reminded to include a completed copy of 52.212-3 and it’s ALT I if not updated in SAM. — This announcement will close 15 May 2026 at 12:00pm HST. The Point of Contact for this solicitation is Quincey “Lee” Dillenback who can be reached at quincey.dillenback.civ@us.navy.mil. 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/. — Please submit quotations via email at quincey.dillenback.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 ********
Create a free account to read the full description
Sign up to access complete RFP details, AI match scores, and more.
Create Free AccountInterested in this opportunity?
Create a free account to view the full description, get AI match scores, and save this RFP to your pipeline.
View Full Details See pricing plansPoint of Contact
Quincey Dillenback
quincey.dillenback.civ@us.navy.mil
Sign up to view contact details.
Source
SAM.gov