Skip to content
Department of Defense

GASKET KIT

Solicitation: SPMYM126Q0003
Notice ID: 74b11e9b22ba4dfab1897d5bc2608bef

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Jan 07, 2026. Industry: NAICS 339991 • PSC 5330.

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: SPMYM126Q0003. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 339991 (last 12 months), benchmarked to sector 33.

12-month awarded value
$41,351,801
Sector total $22,840,305,141 • Share 0.2%
Live
Median
$350,000
P10–P90
$33,103$350,000
Volatility
Volatile91%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($41,351,801)
Deal sizing
$350,000 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 VA
Live POP
Place of performance
Portsmouth, Virginia • 23709 United States
State: VA
Contracting office
Portsmouth, VA • 23709-5000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Published Jan 30, 2026
Virginia • Brunswick, Charlotte, Cumberland +7
Match signal: state match
Published Jan 30, 2026
Virginia • Gloucester, Mathews
Match signal: state match
Published Jan 30, 2026
Virginia • Accomack, Albemarle, Alleghany +89
Match signal: state match
Published Jan 30, 2026
Virginia • Isle of Wight
Match signal: state match

Point of Contact

Name
LaTasha Pearson
Email
latasha.pearson@dla.mil
Phone
14457375545

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA MARITIME
Office
DLA MARITIME SHIPYARDS • DLA MARITIME - NORFOLK
Contracting Office Address
Portsmouth, VA
23709-5000 USA

More in NAICS 339991

Description

The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.

***NO GREY MARKET ITEMS AS ALL ITEMS/MATERIAL MUST BE NEW***

The Contract Line Items (CLINs) is as follows:

CLIN 0001 - 5339B036 – QTY: 1 KIT -  CVN-78 PLANT 1 BOLTED EQUIPMENT REMOVAL PLATE (BERP) GASKET KIT FORT WORTH GASKET P/N 78-PLANT 1

GASKET, PRECUT SQ W/ROUND CORNERS 52.00 X 52.00 X 0.188 THK

GASKET, PRECUT SQ W/ROUND CORNERS 8'-4.50 X 8'-4.5 X 0.188 THK

GASKET, PRECUT SQ W/ROUND CORNERS 52.50 X 52.50 X 0.188 THK

GASKET, PRECUT ROUND CORNERS 9'-3.88 X 9' 3.88 X 0.188 THK

GASKET, PRECUT ROUND CORNERS 51.88 X 51.88 X 0.188 THK

**GASKETS ARE TO BE MAUFACTURED IN ACCORDANCE WITH NAVSEA DWGS 167-8200547 AND 167-8200548 (VENDOR HAS COPIES). WHERE PRACTICAL, THE GASKETS SHALL BE MADE AS ONE CONTINUOUS PIECE. WHERE THE SIZE OF THE GASKET PROHIBITS FABRICATION AS ONE PIECE, GASKETS SHALL BE MADE WITH NOT MORE THAN FOUR DOVETAILED JOINTS, WITH AS FEW JOINTS AS PRACTICABLE. EACH SHALL BE MARKED WITH ITS LISTED, ASSIGNED NEWPORT NEWS PART NUMBER (NNPN) USING INDELIBLE CONTRASTING INK AND WITH AN ATTACHED CORRESPONDING IDENTIY TAG.

CERTIFY THAT THE MATERIAL USED TO MANUFACTURE EACH GASKETS MEETS THE ASSOCIATED SPECIFICATION.

CLIN 0002 - 5339B037 - QTY: 1 KIT - CVN-78 PLANT 1 BOLTED EQUIPMENT REMOVAL PLATE (BERP) GASKET KIT FORT WORTH GASKET P/N 78-PLANT 2

GASKET, PRECUT SQ W/ROUND CORNERS 52.00 X 52.00 X 0.188 THK

GASKET, PRECUT SQ W/ROUND CORNERS 8'-4.50 X 8'-4.5 X 0.188 THK

GASKET, PRECUT SQ W/ROUND CORNERS 52.50 X 52.50 X 0.188 THK

GASKET, PRECUT ROUND CORNERS 9'-3.88 X 9' 3.88 X 0.188 THK

GASKET, PRECUT ROUND CORNERS 51.88 X 51.88 X 0.188 THK

**GASKETS ARE TO BE MAUFACTURED IN ACCORDANCE WITH NAVSEA DWGS 167-8200547 AND 167-8200548 (VENDOR HAS COPIES). WHERE PRACTICAL, THE GASKETS SHALL BE MADE AS ONE CONTINUOUS PIECE. WHERE THE SIZE OF THE GASKET PROHIBITS FABRICATION AS ONE PIECE, GASKETS SHALL BE MADE WITH NOT MORE THAN FOUR DOVETAILED JOINTS, WITH AS FEW JOINTS AS PRACTICABLE. EACH SHALL BE MARKED WITH ITS LISTED, ASSIGNED NEWPORT NEWS PART NUMBER (NNPN) USING INDELIBLE CONTRASTING INK AND WITH AN ATTACHED CORRESPONDING IDENTIY TAG.

CERTIFY THAT THE MATERIAL USED TO MANUFACTURE EACH GASKETS MEETS THE ASSOCIATED SPECIFICATION.

The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 339991 (Gasket, Packing, and Sealing Device Manufacturing) with a size standard of 600 employees. The Product Service Code is 5330. Award will be made based on LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA). The solicitation document incorporates provisions and clauses in effect through FAC 2024-01 and DFARS Change Notice 10/30/2023.

The anticipated delivery date for this acquisition is 35 Days ARO for both CLINS. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. 

The solicitation number is SPMYM126Q0003 and will be open for quotes as of 31 DECEMBER 2025 and is posted to SAM.gov, https://sam.gov/ Quotes will be due by 3:00 PM EST on 07 JANUARY 2026. Responses to the solicitation notice shall be emailed to the attention of LaTasha Pearson at latasha.pearson@dla.mil. Please make sure that the solicitation number (SPMYM126Q0003) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues.

Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at on the interested vendor list under SPMYM126Q0003. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.

All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to La

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.

Analysis is being generated for this notice. Check back shortly.

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.