ANALYZER, AUDIO PROGRAMMABLE BOONTON MANUFACTURE ELECTRONICS 1121A OPT 11/12
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
DLA Maritime - Pearl Harbor is soliciting quotes for an Audio Programmable Analyzer, Boonton Manufacture Electronics 1121A OPT 11/12. This requirement is processed as a 100% Total Small Business Set-Aside. Quotes are due by May 18, 2026, at 1300 HST.
Opportunity Details
This Combined Synopsis/Solicitation (RFQ SPMYM426Q3390) seeks qualified sources to provide a specific audio programmable analyzer. The required item is a BOONTON MANUFACTURED ELECTRONICS MODEL 1121A with mandatory internal options 11/12, including a GPIB interface, variable output Z-50,150,600 ohms, 16V output, quasi-peak detection, a 400 HZ high pass filter (1121A-11), and a psophometric (CCITT) band pass filter (1121A-12). The Product Service Code is 6625, and the NAICS code is 334515, with a small business size standard of 750 employees.
Contract & Delivery
- Contract Type: Combined Synopsis/Solicitation (RFQ SPMYM426Q3390)
- Set-Aside: Total Small Business Set-Aside (100%)
- Place of Performance/Delivery: Pearl Harbor Naval Shipyard IMF, 667 Safeguard St Suite 100, Pearl Harbor, HI 96860-5033.
- Pricing: FOB destination, must include shipping and delivery.
- Required Delivery Date (RDD): July 3, 2026. Offerors unable to meet this RDD must provide their earliest delivery date. Offers not meeting or exceeding the RDD may be considered non-responsive.
- Payment Terms: Net 30 days after acceptance of material. Wide Area Workflow (WAWF) is the preferred payment method.
Submission Requirements
Offerors must submit one quote per vendor via email to vanessa.a.garcia18.civ@us.navy.mil. Key submission requirements include:
- Mandatory: Complete and submit the attached Request for Quote form.
- Mandatory: Provide descriptive literature demonstrating how the quotation meets required specifications. Failure to do so may result in technical unacceptability.
- Mandatory: Complete the attached provision 252.204-7016.
- Mandatory: List the manufacturer and country of origin for each line item.
- 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, and preferred payment method (GCPC or WAWF).
- If not the actual manufacturer, provide the manufacturer's name, location, and business size.
- Quotes should contain the vendor's best terms, as the Government intends to evaluate and award without discussions.
Evaluation Criteria
Award will be made to the responsible offeror whose offer is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach.
- Technical Capability: Evaluated first. Offers must demonstrate adherence to technical specifications and provide exact items requested. An "Unacceptable" technical rating will lead to the offer not being considered further.
- Price: Evaluated only for offers deemed technically "Acceptable." The lowest-priced technically acceptable offer will be selected.
- Delivery: Quotes must meet the Required Delivery Date (July 3, 2026) or propose the nearest alternative.
- Contractor responsibility will be screened in accordance with FAR 9.104, utilizing the Supplier Performance Risk System (SPRS).
Deadlines & Contact
- Quote Due Date: Monday, May 18, 2026, 1300 HST.
- Point of Contact: Vanessa Garcia, vanessa.a.garcia18.civ@us.navy.mil.
- Note: Offerors must be registered in the System for Award Management (SAM) database to be considered for award.