CABLE

SOL #: SPMYM226Q5561Award Notice

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Other Communication and Energy Wire Manufacturing (335929)

PSC

Wire And Cable, Electrical (6145)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Feb 25, 2026

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 - Puget Sound is soliciting proposals for 5,000 feet of 500 MCM portable power cable. This acquisition is designated as a Total Small Business Set-Aside. Proposals are due February 13, 2026, at 11:00 AM.

Scope of Work

This solicitation (SPMYM226Q5561) requires the supply of 5,000 feet of 500 MCM, single conductor, 2000V, black jacket, Type W cable, which must be UL/CSA listed. The cable needs to be embossed with its size, temperature rating, and manufacturer information. The specified manufacturer and part number are COLEMAN/SOUTHWIRE, P/N: 830214; however, brand name or equal products are acceptable, provided vendors submit detailed specifications for evaluation if quoting an equivalent. Packaging and marking must adhere to ASTM-D-3951 standards. Items not shipped via small parcel service must be placed on pallets. All shipments require specific marking, including NSN/FSN or part number, noun nomenclature, quantity, contract number, contractor name/address, and delivery address. The place of performance is Bremerton, WA.

Contract & Timeline

  • Type: Firm Fixed Price
  • Set-Aside: Total Small Business (NAICS Code: 335929, Size Standard: 1000 employees)
  • Offer Due: February 13, 2026, 11:00 AM
  • Delivery Required: On or before March 31, 2026
  • Payment: Wide Area Work Flow (WAWF)

Evaluation

Proposals will be evaluated based on Technical, Price, and Performance criteria. Offerors submitting equivalent products must include comprehensive specifications for review.

Additional Notes

Contractors will need a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station. The solicitation includes specific clauses concerning supply chain traceability, manufacturing phase-out, and vendor shipment modules. For inquiries, contact JACK EDWARDS at JACK.EDWARDS@DLA.MIL or 360-813-9577.

People

Points of Contact

JACK EDWARDSPRIMARY

Files

Files

Download

Versions

Version 2Viewing
Award Notice
Posted: Feb 25, 2026
Version 1
Solicitation
Posted: Feb 12, 2026
View
CABLE | GovScope