Closed Solicitation · DEPT OF DEFENSE

    TRIGGER, BLAST

    Sol. SPMYM426Q3189Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PEARL HARBOR, HI
    Closed
    STATUS
    Closed
    closed Feb 13, 2026
    POSTED
    Feb 10, 2026
    Publication date
    NAICS CODE
    335313
    Primary industry classification
    PSC CODE
    5930
    Product & service classification

    AI Summary

    The Department of Defense is seeking qualified sources to provide blast triggers, specifically the Kwikfire 155 electric remote-control handle and switch. This opportunity is a combined synopsis/solicitation under FAR Part 13, with a 100% small business set-aside. Responses are due by February 13, 2026.

    Contract details

    Solicitation No.
    SPMYM426Q3189
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    February 10, 2026
    Response Deadline
    February 13, 2026
    NAICS Code
    335313AI guide
    PSC / Class Code
    5930
    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 SPMYM426Q3189. 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 5930 and the NAICS code is 335313 The Small Business Standard is 1,250 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. 

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

    ITEM                                               QTY U/I           UNIT PRICE              TOTAL PRICE

    0001                                                300     EA           __________                 ___________ 

    DESCRIPTION      

    TRIGGER, BLAST

    SEALED SWITCH, KWIKFIRE 155 ELECTRIC REMOTE-CONTROL HANDLE,

    KWIKFIRE 155 ELECTRIC CONTROL SWITCH, INCLUDES 10 FT OF 16-2 CORD.

    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

    52.223-11

    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

    252.225-7002 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

    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

    252.246-7008, Sources of Electronic Parts

    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)

    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 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 13 February 2026 9:00 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 10, 2026Posted Date
    2. February 13, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    TRIGGER, BLAST 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.