CABLE ASSEMBLY
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 DLA Maritime - Pearl Harbor is seeking three (3) CABLE ASSEMBLIES (Fiber Optic Cables for HFCA Unit 1804 Receive Module) via a Combined Synopsis/Solicitation (RFQ SPMYM426Q3281). This requirement is a 100% Small Business Set-Aside. Crucially, this procurement is sole-sourced mandatory to Teledyne D.G. O’Brien due to proprietary data rights; quotations from other manufacturers will not be considered for award. Responses are due April 3, 2026, at 16:00 PM HST.
Scope of Work
- Provide three (3) CABLE ASSEMBLIES, specifically NRP, FIBER OPTIC CABLES FOR HFCA UNIT 1804 RECEIVE MODULE MOD WITH DGO-1 COATING.
- Offerors must submit descriptive literature, a technical spec sheet, and proof of traceability with their quote.
- Vendors shall list the country of origin for each line item.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ SPMYM426Q3281) prepared under FAR Part 12 and Simplified Acquisition Procedures (FAR 13).
- Set-Aside: 100% Small Business Set-Aside (Small Business Standard: 600 employees).
- FSC Code: 6150 (Miscellaneous Electric Power And Distribution Equipment).
- NAICS Code: 335921 (Household Cooking Equipment Manufacturing).
- Payment Terms: Net 30 Days AFTER acceptance of material.
- Sole Source Justification: Mandatory to Teledyne D.G. O’Brien (DG O'Brien Inc.) due to proprietary data rights to the drawing and identified as the only qualified vendor.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Responsibility: Potential contractors will be screened using PPIRS in accordance with FAR 9.104.
- Required Submissions: Descriptive literature, a technical spec sheet, proof of traceability, and completed provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019.
- Quote Content: Price(s), FOB point, Cage Code, point of contact (name and phone number), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method (Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF)).
- Submission Method: Email to Tehani.E.DiazZelayaRios.civ@us.navy.mil. Only one quote per vendor is allowed.
- Deadline: April 3, 2026, 16:00 PM HST.
- Registration: Offerors must be registered in the System for Award Management (SAM.gov).
- Manufacturer Information: If not the actual manufacturer, provide the manufacturer’s name, location, and business size.
Important Notes
This solicitation incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Change Notice 20251110. Bidders must review the attached clauses document, which details numerous FAR, DFARS, DLAD, and Local clauses related to telecommunications, supply chain security, and small business representations, to ensure compliance.