Skip to main content

An official website of the United States government

You have 2 new alerts

HOSE ASSEMBLY, SUCTION AND DISCHARGE

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Nov 19, 2024 03:13 pm EST
  • Original Response Date: Nov 21, 2024 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 06, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4720 - HOSE AND FLEXIBLE TUBING
  • NAICS Code:
    • 326220 - Rubber and Plastics Hoses and Belting Manufacturing
  • Place of Performance:
    Portsmouth , VA 23709
    USA

Description

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 items listed below. The required items are 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.

The Contract Line Items (CLINs) are as follows:

Clin 0001- 42996012 HOSE ASSEMBLY, SUCTION AND DISCHARGE

Quantity: 25 Each

Ordering Data:

Heavy duty, hardball, suction and discharge hose. The reinforcement shall consist of natural or synthetic textile yarns which are woven with a helix or

helixes of round steel wire and filler yarns alternately spaced. The hose inner liner (tube) and outer cover shall be any color except Yellow or Magenta. The color

shall be thoroughly embedded into the reinforcement and helical wire (s) to provide a homogenous hose wall and result in sufficient adhesion to meet the required

hose applications as follows:

 2" I.D. X 2-1/2" O.D.

 HOSE MUST HAVE A MINIMUM WORKING PRESSURE OF 150 PSI

 MUST HAVE A MINIMUM BEND RADIUS OF 8"

 1.20 LBS. MAXIMUM WEIGHT PER FOOT WITHOUT COUPLINGS

 HOSE MUST BE ABLE TO TAKE A FULL VACUUM

 MUST BE RESISTANT TO WEATHER, OIL, SOLVENTS, AND MILD ACIDS

 HOSES ARE TO BE PROVIDED IN 50 FOOT LENGHTS (+12" / - 12 ")

 HOSE MUST HAVE A MALE COUPLING ( AA59326/2A-6-B ) ON ONE END AND A FEMALE COUPLING (AA59326/6A-6-B) ON THE OTHER

END. COUPLINGS TO CAM-LOCKING, QUICK-CONNECT TYPE.

COUPLING MATERIAL SHALL BE RED BRASS ALLOY C84400, C90500 OR C92200.

 HOSE SHALL BE "BOSTON ROYALFLEX 1196" ONLY.

 EACH ASSEMBLY SHALL HAVE, AT A MINIMUM, THE MFR'S NAME, CONTRACT NUMBER AND PRESSURE RATING ON THE LAYLINE IN

PERMANENT INK.

SUPPLIER MUST PROVIDE WRITTEN CERTIFICATION THAT HOSE ASSEMBLIES (HOSE AND FITTINGS) HAVE BEEN HYDROSTATICALLY

TESTED AT 150 P.S.I. FOR 10 MINUTES WITH ZERO LEAKS AND/OR BULGES. TEST SHALL BE ACCOMPLISHED AS AN ASSEMBLY (AFTER

FITTINGS HAVE BEEN PERMANENTLY ATTACHED) A COPY OF THIS CERTIFICATION IS TO BE SENT TO CODE 135, BUILDING 276, AND A

COPY IS TO BE SENT TO CODE 532 TO BE FILED WITH THE CONTRACT.

 AT NO COST TO THE GOVERNMENT, NORFOLK NAVAL SHIPYARD RESERVES THE RIGHT TO REQUEST A SAMPLE ASSEMBLY FOR TESTING

AND EVALUATION PURPOSES FROM ANY OR ALL OFFERORS DURING THE EVALUATION PROCESS.

 HOSES MUST BE PALLETIZED

The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 326220, Pipe, Tubing, Hose & Fittings with a size standard of 500. The Product Service Code is 4720, Pipe, Tubing, Hose & Fittings.

The anticipated delivery date for this acquisition is 30 days after contract award. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. THE SOLICITATION IS NOT YET AVAILABLE.

The solicitation number is SPMYM125Q0014, and it is expected to be available on or about 20  November 2024 and posted to SAM.gov, https://sam.gov/  Quotes will be due by 1:00 PM EST on 26 November 2024. Responses to the solicitation notice shall be emailed to the attention of Sheree McDonnell at sheree.mcdonnell@dla.mil. Please make sure that the solicitation number (SPMYM125Q0014) 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 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 Sheree McDonnell at sheree.mcdonnell@dla/mil..

Contact Information

Contracting Office Address

  • CONTRACTING DIVISION (DLA-NMAB)
  • PORTSMOUTH , VA 23709-5000
  • USA

Primary Point of Contact

Secondary Point of Contact





History