CABLE
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 - Puget Sound is soliciting quotes for 5,000 feet of 500 MCM portable power cable for delivery to Bremerton, WA. This opportunity is a Total Small Business Set-Aside. Quotes are due February 13, 2026.
Scope of Work
The primary requirement is for 5,000 feet of 500 MCM, single conductor, 2000V, black jacket, Type W cable (UL/CSA listed). The cable must be embossed with size, temperature rating, and manufacturer information. The preferred manufacturer is COLEMAN/SOUTHWIRE, P/N: 830214, but brand name or equal is acceptable, provided vendors submit specifications for evaluation. Packaging and marking must comply with ASTM-D-3951. Items not shipped via small parcel service must be on pallets, and shipments require specific marking with NSN/FSN, noun nomenclature, quantity, contract number, contractor details, and delivery address.
Contract & Timeline
- Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335929, Size Standard: 1000 employees
- Payment: Wide Area Work Flow (WAWF)
- Delivery Required: On or before March 31, 2026, to Bremerton, WA.
- Quote Due Date: February 13, 2026, 11:00 AM PST
- Published Date: February 12, 2026
Submission & Evaluation
To be deemed responsive, the solicitation must be completed in its entirety. Key submission requirements include:
- Filling out box 17A, reading box 28, and signing page 1 boxes 30 a, b, and c.
- Providing your CAGE code.
- Quoting FOB Destination Bremerton, WA.
- Annotating the lead time, manufacturer's name, and country of manufacturing.
- Submitting a signed and completed solicitation via email or fax to jack.edwards@dla.mil.
- Checking applicable boxes in clause 52.204-24 (2)(d) (1) and (2).
- If quoting an equivalent product, proposals must include specifications. Evaluation criteria will include Technical, Price, and Performance.
Additional Notes
Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019. Commercial Off The Shelf (COTS) items are exempt from this requirement, but must be identified to the contracting officer during the bid period. Contractors require a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station.