Skip to content
Department of Defense

HOSE ASSEMBLY (SATURATED STEAM SERVICE) - MIL-DLT-29210F

Solicitation: SPMYM326Q6021
Notice ID: 1b101890379142c399223a259b3ef72e

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: ME. Response deadline: Jan 19, 2026. Industry: NAICS 332912 • PSC 4720.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPMYM326Q6021. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332912 (last 12 months), benchmarked to sector 33.

12-month awarded value
$10,676,171
Sector total $20,521,335,901 • Share 0.1%
Live
Median
$47,667
P10–P90
$26,198$135,961
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($10,676,171)
Deal sizing
$47,667 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for ME
Live POP
Place of performance
Kittery, Maine • 03904 United States
State: ME
Contracting office
Portsmouth, NH • 03801-5000 USA

Point of Contact

Name
Jannell Moriarty
Email
jannell.moriarty@dla.mil
Phone
2074386395
Name
DLA-KME EMAIL BOX
Email
DLA-KME-QUOTATIONS@DLA.MIL
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA MARITIME
Office
DLA MARITIME SHIPYARDS • DLA MARITIME - PORTSMOUTH
Contracting Office Address
Portsmouth, NH
03801-5000 USA

More in NAICS 332912

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 (SPMYM326Q6021 formerly SPMYM326P6016). 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 (332912). The Small Business Standard is (1,000 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. 

This requirement is brand name mandatory to Dixon Valve and Coupling due to the valves and couplings needing to match the current ones we already have. Quotations received that represent a different manufacturer will not be considered for award. Quotations must prove they are using Dixon hose end fittings.

The hose needs to be per MILSPEC P/N:M29210/6-25-150-B-24-24-M, M29210/6-25-150--Z-24-24-M, MIL-DTL-29210F OR EQUIVALENT

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. Interested parties must fill out the required request for quote titled, “26Q6021 RFQ Required” it can be found in the attachment section. Only one quote per vendor.

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

ITEM     DESCRIPTION                                                                   QTY   U/I             

0001       HOSE ASSEMBLY                                                            80       EA             

                HOSE ASSEMBLY, (SATURATED STEAM SERVICE), MIL-DTL-29210F

                PER ATTACHMENT 0001

                Note – Fittings are brand named mandatory Dixon valves and couplings.

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

52.211-14, Notice of Priority Rating

52.211-15, Defense Priority And Allocation Requirements

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

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

52.222-3

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

52.232-36

Payment by Third Party

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

252.204-7015, 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.

252.204-7024 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

252.225-7013  Duty-Free Entry (NOV 2023)

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)

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)

H10 Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)

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):

YM3 A1: Additional Information

YM3 A3: Government Purchase Card Method of Payment Additional Info

YM3 C500: Mercury Control (Supplies)

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 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard

YM3 M8: Single Award for All Items

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 (1/19/2026 ET 2pm).  The Point of Contact for this solicitation is (Jannell Moriarty) who can be reached at (jannell.moriarty@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 (jannell.moriarty@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 ********

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The Defense Logistics Agency is seeking quotes for 80 hose assemblies designed for saturated steam service, with strict adherence to MIL-DTL-29210F specifications. The solicitation number is SPMYM326Q6021, and the response deadline is January 19, 2026. It is a 100% small business set-aside, and only quotes using Dixon valves and couplings will be considered for acceptance.

What the buyer is trying to do

The buyer aims to procure hose assemblies for military applications, ensuring compatibility with existing equipment through strict adherence to brand name requirements and MILSPEC standards.

Work breakdown
  • Review the specifications for MIL-DTL-29210F and identify necessary components.
  • Compile required documentation and descriptive literature demonstrating compliance with the specifications.
  • Prepare and submit a quotation using Dixon valves and couplings as mandated in the solicitation.
Response package checklist
  • Quotation using the required request for quote titled, '26Q6021 RFQ Required'.
  • Descriptive literature proving compliance with MIL-DTL-29210F.
  • Completed provisions as listed in the solicitation attachment.
Suggested keywords
MIL-DTL-29210FDixon valvessmall business set-asideLowest Price Technically Acceptablehose assembliesmilitary specifications
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific performance period dates for contract execution are not detailed.
  • More information on the delivery timeline or phase-in requirements is not specified.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.