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 has issued a Solicitation for CABLE, specifically portable power cable (3/0 AWG, single conductor, 3/0 ground, 90 deg. C, 2000V black jacket, Type W, U.L./CSA listed). This opportunity is a Total Small Business Set-Aside. Proposals are due by March 17, 2026, at 10:00 AM.
Scope of Work
The primary deliverable is 8,000 feet of CABLE, which must meet specific technical requirements including temperature rating, voltage, jacket type, and U.L./CSA certifications. The cable must be embossed with manufacturer, cable size, and temperature rating, and supplied in 500-foot lengths per reel. The specific item is identified as MFG: TEFONIKA, P/N: [blank]. Bidders quoting "brand name or equal" must submit specifications for evaluation.
Contract & Timeline
- Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335929 (Size Standard: 1000 employees)
- Proposal Due: March 17, 2026, 10:00 AM
- Published: March 16, 2026
- Delivery Date: May 20, 2026
- Place of Performance: Bremerton, WA 98314
Submission & Evaluation
To be considered responsive, the solicitation must be completed in its entirety and submitted electronically via the SAM website or via email/fax. Key requirements include:
- Completing box 17A, reading box 28, and signing page 1 (boxes 30 a, b, and c).
- Providing CAGE code.
- Quoting FOB Destination Bremerton, WA.
- Annotating lead time, manufacturer name, and country of manufacturing.
- Checking applicable boxes in clause 52.204-24 (2)(d) (1) and (2).
Contractors (awardees) are required to implement NIST SP 800-171 and have a current assessment (not more than 3 years old), unless items are deemed Commercial Off The Shelf (COTS). COTS items are exempt but must be identified to the contracting officer during the solicitation period. Proposals must be submitted electronically via Wide Area Work Flow (WAWF).
Additional Notes
Offerors must obtain a Defense Biometric Identification System (DBIDS) credential for base access. Payment will be made via Wide Area Work Flow (WAWF). Specific clauses regarding supply chain traceability, vendor shipment module, packaging, marking, inspection (QA 4 - 7 days), and acceptance at destination are included.