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 (SPMYM226Q57710001) for CABLE, POWER to be delivered to Bremerton, WA. This opportunity is a Total Small Business Set-Aside (FAR 19.5). The solicitation seeks specific power cable specifications, with offers due by March 26, 2026, at 05:00 AM.
Scope of Work
This solicitation is for CABLE, POWER, specifically 4 AWG, 4-conductor, round, 500 FT continuous length, copper, Type W, 90 degrees Celsius, 2000 Volt, UL or CSA listed and labeled, with a black jacket. Required markings include MFR, SIZE, NO OF CONDUCTORS, TYPE, TEMP RATING, VOLTAGE OR UL/CSA, durably marked at intervals not exceeding 24 inches. Vendors must quote "BRAND NAME OR EQUAL TO: MFR: GENERAL CABLE" or provide specifications for evaluation; bids for "equals" without specifications will be considered non-responsive.
Contract & Timeline
- Opportunity Type: Solicitation
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335929 (Size Standard: 1000 employees)
- Estimated Value: Over $15,000.00
- Solicitation Issue Date: March 10, 2026
- Offer Due Date: March 26, 2026, at 05:00 AM (PST, based on Bremerton, WA)
- Delivery Due Date: On or before April 30, 2026
- Place of Performance: Bremerton, WA 98314
Submission Requirements
Offers must be submitted electronically via SAM.gov, with the completed and signed solicitation packet returned to the contracting officer by the closing date. To be deemed responsive, the solicitation must be completed in its entirety and include:
- Fill out box 17A, read box 28, and sign page 1 boxes 30 a, b, and c.
- Provide your CAGE code.
- Quote FOB Destination Bremerton, WA.
- Annotate the lead time.
- Annotate the name of the manufacturer and the product's country of manufacturing.
- Ensure applicable boxes in Clause 52.204-24 (2)(d) (1) and (2) are checked. A signed and completed solicitation must be submitted via email to jack.edwards@dla.mil or fax to 3604764121.
Compliance & Logistics
- NIST SP 800-171: If the contractor is required to implement NIST SP 800-171, a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019 is required. Items deemed Commercial Off The Shelf (COTS) are exempt, but must be identified to the contracting officer during the solicitation period.
- Electronic Systems: Offers must be submitted via Wide Area Work Flow (WAWF) - Receipt and Acceptance. Payment will also be made via WAWF. Vendor Shipment Module (VSM) is required for shipping labels and documentation.
- Delivery & Access: Delivery is FOB Destination. All deliveries must pass through the base Truck Inspection Station. Contractors must obtain a Defense Biometric Identification System (DBIDS) credential for base access. Supply Chain Traceability Documentation is required.
Contact Information
For inquiries, contact JACK EDWARDS at JACK.EDWARDS@DLA.MIL or 360-813-9577.