Skip to content
Department of Defense

Spectrometer, Mobile, Spectro Arc Spark, or Equal

Solicitation: SPMYM326Q3110
Notice ID: af089fd96f86492c8bed89cf7740ee10

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: ME. Response deadline: Feb 03, 2026. Industry: NAICS 334516 • PSC 6630.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$7,769,405
Sector total $20,354,308,656 • Share 0.0%
Live
Median
$28,341
P10–P90
$0$260,017
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,769,405)
Deal sizing
$28,341 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
Emily Kritzman
Email
emily.kritzman@dla.mil
Phone
Not available
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 334516

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 on SAM.gov. The Request for Quotation (RFQ) number is SPMYM326Q3110. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Change Notice 2025-1110. 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 these addresses: 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 6630 and the NAICS code is 334516. The Small Business Standard is 1000. This is a UNRESTRICTED solicitation. 

Evaluation criteria is Lowest Price Technically Acceptable (LPTA). SPRS will be used to determine vendor responsibility.  Potential contractors will be screened for responsibility in accordance with FAR 9.104. 


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.

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

CLIN 0001:  Spectro mobile Arc Spark spectrometer, or Equal, in accordance with the attached RFQ and the Statement of Work (SOW). 
CLIN 0002:  Mid-Warranty PM and Training, in accordance with the attached RFQ and the Statement of Work (SOW). 
CLIN 0003:  Option Year 1 PM, in accordance with the attached RFQ and the Statement of Work (SOW). 
CLIN 0004:  Option Year 2 PM, in accordance with the attached RFQ and the Statement of Work (SOW). 
CLIN 0005:  Option Year 3 PM, in accordance with the attached RFQ and the Statement of Work (SOW). 


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:

Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions (P) and clauses are applicable to this procurement:


52.204-7 (P), System for Award Maintenance 
52.204-13, SAM Maintenance
52.204-16 (P), Commercial and Government Entity Code Reporting.
52.204-17 (P), Ownership or Control of Offeror. 
52.204-18 Commercial and Government Entity Code Maintenance. 
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-21 Basic Safeguarding of Covered Contractor Information Systems.
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 (P), Notice of Priority Rating. Rated DO.
52.211-15, Defense Priority And Allocation Requirements 
52.211-17, Delivery of Excess Quantities
52.212-1 (P), Instructions to Offerors - Commercial Items;
52.212-3 Alt 1 (P), Offeror Reps and Certs
52.212-4, Contract Terms and Conditions – Commercial Items
52.219-1 Alt 1 (P), Small Business Program Representations 
52.225-25 (P), Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs
52.232-39, Unenforceability of Unauthorized Obligations
52.242-15, 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 (P), 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
52.219-4    Notice of Price Evaluation Preference for HUBZone
52.219-28    Post-Award Small Business Program Representation
52.222-3    Convict Labor
52.222-19    Child Labor
52.222-36    Equal Opportunity for Workers with Disabilities
52.222-50    Combating Trafficking in Persons
52.223-11    Ozone Depleting Substances
52.223-23    DEV, Sustainable Products and Services
52.225-13    Restriction on Certain Foreign Purchases
52.226-8    Encouraging Contractors to Ban Text Messaging While Driving
52.232-33    Payment by EFT-SAM
52.232-36    Payment by Third Party

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 (P), Representation Relating to Compensation of Former DoD Officials
252.204-7003. Control of Government Personnel Work Product
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 (P), * See Attachment for this provision.
252-204-7017 (P), 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 (P), Notice on the Use of the Supplier Performance Risk System 
252.211-7003, Item Unique Identification and Valuation 
Para (c)(i): Exempted from IUID by Military Service Customer. Supplier should check IUID exemption box in WAWF.
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7002 Qualifying Country Sources as Subcontractors 
252.225-7036 _X_ Basic, __ Alt I, __Alt IV, Buy American Free Trade Agreements 
252.225-7048, Export Controlled Items
252.225-7055 (P) Representation Regarding Business Operations with the Maduro Regime
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime.
252.225-7059 (P), 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
252.244-7000, Subcontracts for Commercial Items
252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System 
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)

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 (SEP 2021) 
C14 Repackaging or Relabeling to Correct Deficiencies (MAY 2020)
C20 Vendor Shipment Module (VSM) (NOV 2022)
E05 Product Verification Testing (MAY 2020)
H10 Exceptions to Requirement for All Sources of Supply to Have DLA Controlling Authority Approval to Access DLA Controlled Technical Data or Information for Contract Performance (MAY 2024). 
L06 Agency Protests (DEC 2016)
L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (JUN 2020, MAR 2023)
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 MOP
YM3 C500: Mercury Control (Supplies)
YM3 C528: Specification Changes
YM3 D2: Marking of Shipments 
YM3 D4: Preparation for Delivery (Commercially Packaged Items)
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 at 03:00 PM EST local time on 2/3/2026. POC for this solicitation is Emily Kritzman who can be reached by email (below). 

METHOD OF SUBMISSION:  Offers shall be emailed. 
Please submit quotations via email at Emily.Kritzman@dla.mil 
Quotes also to: DLA-KME-QUOTATIONS@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.


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.

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.