3/0 CABLE ASSEMBLY W/CONDUCTOR
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 - Pearl Harbor has issued a Combined Synopsis/Solicitation (RFQ SPMYM426Q3400) for the procurement of 3/0 Cable Assemblies with Conductors. This requirement is a Total Small Business Set-Aside under NAICS code 335929 (Small Business Standard 1,000 employees). The agency seeks qualified vendors to supply two (2) units of a specific cable assembly. Quotes are due by May 20, 2026, at 13:00 HST.
Scope of Work
DLA Weapons Support, Pearl Harbor requires two (2) each of 3/0 CABLE ASSEMBLY PART# MA140525F125. This assembly is a 125-foot, 3-conductor THOF enhanced cable with three male to three female TAPERNOSE E1016 plugs (one black, one red, one white). All pricing must be FOB Destination, including shipping and delivery to PEARL HARBOR NAVAL SHIPYARD IMF, JBPHH, HI 96860-5033. Vendors must provide their earliest possible delivery date.
Contract Details & Submission
This is a Combined Synopsis/Solicitation utilizing Simplified Acquisition Procedures (FAR Part 12). It is a 100% Total Small Business Set-Aside. Offerors must be registered in SAM.gov to be considered for award. Key submission requirements include:
- Completing the attached Request for Quote (RFQ) form.
- Submitting descriptive literature demonstrating compliance with specifications.
- Listing the manufacturer and country of origin for each line item.
- Completing and including DFARS provision 252.204-7016.
- Providing price(s), FOB point, CAGE Code, point of contact, GSA contract number (if applicable), business size, and preferred payment method (Government Commercial Purchase Card or Wide Area Workflow).
- Only one quote per vendor will be accepted. Quotes must be submitted via email to Vanessa Garcia (vanessa.a.garcia18.civ@us.navy.mil). Payment terms are Net 30 Days after acceptance of material.
Evaluation Factors
Award will be made to the responsible offeror whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) methodology. Evaluation factors, in order of importance, are:
- Price
- Technical Capability: Evaluated on an Acceptable/Unacceptable basis. Quotes must adhere to technical specifications and provide exact items. Failure to meet technical capability will result in no further evaluation.
- Delivery: Quotes must meet the required delivery date or propose the nearest alternative. Contractor responsibility will be screened in accordance with FAR 9.104, utilizing the Supplier Performance Risk System (SPRS). The Government intends to award without exchanges; therefore, vendors should submit their best terms initially.
Deadlines & Contact
Quotes are due by Wednesday, May 20, 2026, at 13:00 HST. The primary point of contact for this solicitation is Vanessa Garcia at vanessa.a.garcia18.civ@us.navy.mil.