Active Solicitation · DEPT OF DEFENSE

    POPPET SNORKEL HEAD VALVE

    Sol. SPMYM326Q8015Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PORTSMOUTH, NH
    Open · 6d remaining
    DAYS TO CLOSE
    6
    closes Apr 29, 2026
    POSTED
    Apr 21, 2026
    Publication date
    NAICS CODE
    332911
    Primary industry classification
    PSC CODE
    5340
    Product & service classification

    AI Summary

    The Department of Defense is seeking quotes for a poppet snorkel head valve, requiring titanium construction and specific testing. This opportunity is a combined synopsis/solicitation under FAR Part 13, set aside for small businesses. Offerors must provide descriptive literature and comply with various clauses. Responses are due by April 29, 2026.

    Contract details

    Solicitation No.
    SPMYM326Q8015
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 21, 2026
    Response Deadline
    April 29, 2026
    NAICS Code
    332911AI guide
    PSC / Class Code
    5340
    Contract Code
    97AS
    Primary Contact
    Sam Aiguier
    State
    NH
    ZIP Code
    03801-5000
    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 Part 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 SPMYM326Q8015. This solicitation documents and incorporates provisions and clauses in effect through FAC 2026-01 March 13, 2026 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 5340 and the NAICS code is 332911. The Small Business Standard is 750. 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. Failure to provide this information may result in your quotation being determined technically unacceptable. If requesting drawing, offerors will need to provide filled and signed security agreement (see attachment) and a filled and signed DD Form 2345. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: 0001 POPPET, SNORKEL HEAD VALVE 1 EA __________ ___________ POPPET, SNORKEL HEAD VALVE, PC-2 OF DWG 7107384/XC, TITANIUM, SAE AMS-T-9047A, COMPOSITION TI 6AL4V, COND A; PIN H6436506-2F, SEE DETAIL 18-5B OF DWG 7107384 REV XC; NOTE: THREADS IA W FED-STD-H28/20 SYSTEM 21 IA W NOTE 137 OF DWG 7107384; COAT WITH TYPE 2 ANODIZE IA W AMS-2488A IODIZE OR EQUIV PER NOTE 7023 OF DWG 7107384/XC. POPPET REQUIRED ULTRASONIC TESTING OF FORGING IAW AMS 2631A PER NOTE 7001 OF DWG 71070384. THREADS IAW FED-STD-H28/20 SYSTEM 21 IAW NOTE 137 OF DWG 7107384; COAT WITH TYPE 2 ANODIZE IAW AMS-2488A IODIZE OR EQUIV PER NOTE 7023 OF DWG 7107384 0002 DATA REQUIREMENTS 1 EA ___NSP____ ___NSP_____ A001 EXHIBIT A, SEQ A001 SEE EXHIBIT “A” SEQ A001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE) 0003 DATA REQUIREMENTS 1 EA ___NSP____ ___NSP_____ A002 EXHIBIT A, SEQ A002 SEE EXHIBIT “A” SEQ A002: CDRL UDI-T-23732B (NDT (UT) PROCEDURE APPROVAL) 0004 DATA REQUIREMENTS 1 EA ___NSP____ ___NSP_____ A003 EXHIBIT A, SEQ A003 SEE EXHIBIT “A” SEQ A003: CDRL DI-NDTI-80809B (UT RESULTS / REPORT) NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER. FAR CLAUSES AND PROVISIONS 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 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 52.209-5, Certification Regarding Responsibility Matters (OVER SAT) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.212-1, Instructions to Offerors - 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) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 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 52.225-13 Restriction on Certain Foreign Purchases 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by EFT-SAM 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 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 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 252.225-7002 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. 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions *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) 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) H10 Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020) L06 Agency Protests (DEC 2016) L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations L31 Additive Manufacturing (JUN 2018) LOCAL CLAUSES (See Attachment for Full Text): YM3 A1: Additional Information YM3 C500: Mercury Control (Supplies) YM3 C501: Correction of Certifications YM3 C506: Qualified Products for Award YM3 C528: Specification Changes YM3 D2.2: Marking of Shipments YM3 D4: Preparation for Delivery YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 E504: Notice of Constructive Acceptance Period YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard 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 4/29/2026 at 12:00 PM EST. The Point of Contact for this solicitation is Sam Aiguier who can be reached at sam.aiguier@dla.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/. If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided. Please submit quotations via email at sam.aiguier@dla.mil. Quotes also to: DLA-KME-QUOTATIONS@DLA.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. April 21, 2026Posted Date
    2. April 29, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    POPPET SNORKEL HEAD VALVE 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.