Closed Solicitation · DEPT OF DEFENSE

    HOSE, VACUUM 2"& 3"

    Sol. SPMYM426Q3224Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PEARL HARBOR, HI
    Closed
    STATUS
    Closed
    closed Mar 2, 2026
    POSTED
    Feb 25, 2026
    Publication date
    NAICS CODE
    326220
    Primary industry classification
    PSC CODE
    4720
    Product & service classification

    AI Summary

    The Department of Defense is seeking quotes for vacuum hoses, specifically 2" and 3" diameter, under a combined synopsis/solicitation. This opportunity is set aside for small businesses and follows Simplified Acquisition Procedures. Offerors must provide technical specifications and literature to demonstrate compliance. The evaluation will be based on the Lowest Price Technically Acceptable criteria.

    Contract details

    Solicitation No.
    SPMYM426Q3224
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    February 25, 2026
    Response Deadline
    March 2, 2026
    NAICS Code
    326220AI guide
    PSC / Class Code
    4720
    Primary Contact
    Kailie Thomas
    State
    HI
    ZIP Code
    96860-5033
    AI Product/Service
    product

    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 SPMYM426Q3224 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 4720 and the NAICS code is 326220 The Small Business Standard is 800 employees. 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. 

    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.

    DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing:

    ITEM                                               QTY U/I           UNIT PRICE              TOTAL PRICE
    0001                                                30    EA             __________               ___________ 
    DESCRIPTION      
    HOSE, VACUUM, 2". HOSE, 2" ID X 100 FT LG, HEAVY DUTY, EXTRA THICK POLYURETHANE-LINER WITH RIGID PVC SPIRAL REINFORCING, FLEXIBLE, COPPER WIRE FOR STATIC DISSIPATION. BLASTONE P/N AHCVP050100.

    ITEM                                               QTY U/I           UNIT PRICE              TOTAL PRICE
    0002                                                30    EA            __________               ___________ 
    DESCRIPTION      
    HOSE, VACUUM, 3". HOSE, 3" ID X 100 FT LG, HEAVY DUTY POLYURETHANE LINER WITH RGID PVC SPIRAL, WITHSTANDS FULL VACUUM AND PRESSURES, FLEXIBLE, LIGHTWEIGHT, COPPER WIRE FOR STATIC DISSIPATION. BLASTONE P/N AHCVP075100. KURIYAMA P/N STIG300X100.


    NOTE:  OFFERORS 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 OFFER.

    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
    52.209-5, Certification Regarding Responsibility Matters (OVER SAT)
    52.211-14, Notice of Priority Rating
    52.211-15, Defense Priority And Allocation Requirements
    52.211-16, Variation in Quantity (WHEN A VARIANCE EXISTS)
    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 (OVER 10K)
    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
    52.232-39, 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 Items 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    
    52.209-6    Protecting the Government's Interest    
    52.219-6    Notice of Total Small Business Set-Aside    
    52.219-28    Post-Award Small Business Program Representation    
    52.219-33    Nonmanufacturer Rule    
    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    
    52.225-3    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
    252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013) 
    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.
    252.204-7019, *See Attachment for this provision. 
    252.204-7020,  NIST SP 800-171 DoD Assessment Requirements 
    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 
    252.225-7048, 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.
    252.232-7006, Wide Area Workflow Payment Instructions 
    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)
    G01 Additional Wide Area Workflow (WAWF) Information (AUG 2017)
    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 2 March 2026 7:00 AM HST.  The Point of Contact for this solicitation is Kailie Thomas who can be reached at kailie.m.thomas.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/.

    Include shipping in the unit price of the item. We need FOB Destination to the address below: 

    PEARL HARBOR NAVAL SHIPYARD IMF
    667 SAFEGUARD STREET, BLDG 167-1 RECV
    PEARL HARBOR, HI 96860-5033
    UNITED STATES

    Please review and return your quote with the following information:

    QUOTING AS MANUFACTURER? Yes ___   No ___

    QUOTING AS: ___ AUTHORIZED DISTRIBUTOR   or   ___ THIRD PARTY DEALER

    Name of Quoted Manufacturer ___________________    MFG SIZE:  SB ___   LG ___

    SAM CAGE CODE: ________________ DUNS #: ______________ TIN #: _______________

    Please submit quotations via email at kailie.m.thomas.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 ********
     

    Key dates

    1. February 25, 2026Posted Date
    2. March 2, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    HOSE, VACUUM 2"& 3" is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.