FILTER, DUST
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
DLA Maritime – Pearl Harbor is soliciting quotations for Dust Collector Filters under a 100% Small Business Set-Aside. This combined synopsis/solicitation (RFQ SPMYM-4-26-Q-3308) seeks to procure 168 units of a specific brand-name filter. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Quotes are due by April 11, 2026, at 12:00 PM HST.
Scope of Work
The requirement is for 168 Each (EA) Dust Collector Filters. Specifically, these are INDUSTRIAL VACUUM ONLY brand, part number FN3777F, described as fire retardant, cylindrical cartridge filters. These filters are required for the Pacific Industrial HF Series Cartridge Dust Collector B2055-1, with 42 units needed per machine. Offerors must indicate if the item contains hazardous materials and specify the country of origin.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 334419, Small Business Standard 750 employees)
- FSC Code: 5999 (Miscellaneous Electrical And Electronic Components)
- Contract Type: Commercial items under FAR Part 12 and Simplified Acquisition Procedures (FAR Part 13)
- Required Delivery Date (RDD): April 10, 2026. Offers not meeting this RDD may be considered non-responsive.
- FOB Terms: Destination
- Payment Terms: Net 30 days after inspection and acceptance. Wide Area WorkFlow (WAWF) is the preferred payment method.
Submission & Evaluation
- Quote Due Date: April 11, 2026, 12:00 PM HST
- Submission Method: Email quotations to Tehani.E.DiazZelayaRios.civ@us.navy.mil.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). The government intends to make a single award without discussions. PPIRS will be used for vendor responsibility screening (FAR 9.104).
- Required Documents:
- Completed attached RFQ document.
- Descriptive literature demonstrating compliance with specifications.
- Technical spec sheet.
- Proof of traceability.
- Completed provisions 52.204-24, 52.204-26, 252.204-7016, 252.204-7019.
- Completed 52.212-3 and ALT I (if not updated in SAM.gov).
- If not the manufacturer, provide manufacturer's name, location, and business size.
- Quote Content: Must include price(s), FOB point, CAGE Code, point of contact, GSA contract number (if applicable), business size under NAICS, and payment preference (GCPC or WAWF). Only one quote per vendor.
- Registration: Offerors must be registered and active in SAM.gov.
Key Clauses & Compliance
Bidders must review numerous incorporated FAR, DFARS, and DLAD clauses. Critical areas include:
- Telecommunications & Supply Chain Security: FAR 52.204-24, 52.204-25, 52.204-26, 52.204-27 (ByteDance), 52.204-29, 52.204-30 (FASCSA), and DFARS 252.204-7016, 252.204-7017, 252.204-7018.
- Small Business Representations: FAR 52.219-1.
- Payment & Invoicing: DFARS 252.232-7006 (WAWF instructions).
- Supply Chain Traceability: DLAD C03.
- Buy American Act: DFARS 252.225-7001 applies.
Contact Information
The Point of Contact for this solicitation is Tehani Diaz Zelaya-Rios at Tehani.E.DiazZelayaRios.civ@us.navy.mil.