Ventilation Ducting
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
The Defense Logistics Agency (DLA) Maritime - Portsmouth is soliciting quotations for Ventilation Ducting for the Portsmouth Naval Shipyard in Kittery, ME. This is a Total Small Business Set-Aside opportunity. The requirement includes various types of vent ducting, including insulated flexible ductwork for temporary HVAC systems. Quotations are due by April 23, 2026, at 3:00 PM EST.
Opportunity Details
This is a Combined Synopsis/Solicitation (RFQ SPMYM326Q1125) for commercial items, processed using Simplified Acquisition Procedures. The primary purpose is to procure vent ducting, including specific items ranging from 3" to 14" ID and 10' to 25' lengths, as well as insulated flexible ductwork with a 20" nominal ID in 25' sections. The insulated ductwork must be suitable for industrial outdoor environments and withstand harsh weather.
Scope of Work
The required ducting must meet stringent specifications:
- General Vent Ducting: Must be marked "FIRE RESISTANT" every 12 inches and adhere to attached specifications regarding material thickness, end cuts, and color. Bidders must provide their quoted part numbers.
- Insulated Flexible Ductwork:
- Minimum R-6 insulating R-Value.
- Constructed with high-strength, sewn two single-ply polyurethane coated polyester fabric plies, reinforced with a spring steel wire helix and heavy-duty external PVC wearstrip.
- UL94 (V-0 classification) fire resistance for interior and exterior layers.
- White interior and exterior fabric color (yellow or magenta prohibited).
- Working pressure ≥ 30 IN/W.G. (Positive).
- Excellent UV stabilization and mold/mildew inhibitors.
- Application temperature range: -60°F to +400°F.
- Fully-flexible (14" bend radius or less) and fully-compressible (12:1 ratio or better).
- Must be new, not used or returned.
- An approved model is Flexaust FX-400 IF.
Contract & Submission
- Contract Type: Implied Firm Fixed-Price.
- Set-Aside: 100% Total Small Business.
- NAICS Code: 326220 (Rubber and Plastics Hose and Belting Manufacturing).
- FSC Code: 4720 (Hose And Flexible Tubing).
- Submission Deadline: April 23, 2026, 3:00 PM EST.
- Submission Method: Email quotations to Stephen.1.Smith@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Required Documentation: Descriptive literature demonstrating technical compliance, completed provisions 252.204-7016, 252.204-7019, and FAR 52.212-3 with ALT I. Quotes must include price(s), FOB Destination, Cage Code, POC, phone, GSA contract number (if applicable), business size, and preferred payment method (GCPC or WAWF).
- Payment Terms: Net 30 Days after material acceptance.
Eligibility & Evaluation
- Eligibility: Offerors must be registered and active in SAM.gov. A current NIST SP 800-171 DoD Assessment must be posted in SPRS or a Basic Assessment submitted. If not the manufacturer, provide manufacturer's details.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical acceptability will be assessed against specifications. Vendor responsibility will be determined using PPIRS. The Government intends to award without discussions.
- Delivery: FOB Destination. Government Required Delivery Date (RDD) must be met or exceeded.
- Security: Personnel accessing the shipyard must be US citizens with appropriate identification.
Point of Contact
Stephen Smith, Stephen.1.Smith@dla.mil.