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 Defense Logistics Agency (DLA) Maritime - Pearl Harbor is soliciting offers for Cable Assembly components. This is a Total Small Business Set-Aside opportunity. Quotes are due via email by April 23, 2026, 10:00 AM Hawaii Standard Time (HST).
Scope of Work
This solicitation is for the procurement of "CABLE ASSEMBLY" components, specifically:
- Item 0001: OUTBOARD MOLDED PLUG ASSEMBLY, 90 DEGREE (ANODE) IAW NAVSEA DWG 5792287 ASSEMBLY 502 (MOD 5), with modifications per NAVSEA DRAWING 415-7285181, (H535-0510). The cable length must be 150 feet (minimum). Part Number: 1150896-114; EBPN 19-87-3222MOD5. Quantity: 25 Each.
- Item 0002: SHIPPING (FFP). Quantity: 1 Each.
Requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable, requiring DoD unique identification or equivalent.
Contract Details
- Type: Solicitation (Firm Fixed Price for both items)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 326220 (Size Standard: 800)
- Delivery: Requested by May 18, 2026, to Pearl Harbor Naval Shipyard IMF.
- Place of Performance: JBPHH, HI, United States
Submission & Evaluation
- Offer Due Date: April 23, 2026, 10:00 AM HST.
- Submission Method: Via e-mail to joseph.w.east.civ@us.navy.mil. The subject line must include the solicitation number, SPMYM4-26-Q-3329.
- Evaluation Factors: Award will be based on the following factors, in order of priority:
- Technical Capability: Must be rated "Acceptable," meaning the quote meets all solicitation requirements and technical specifications.
- Price: Only technically acceptable offers will be evaluated for price reasonableness. The lowest priced technically acceptable offer will be selected.
- Delivery: Quotes must meet the Required Delivery Date (RDD) or propose the nearest alternative using expedited means.
- Contractor Responsibility: Potential contractors will be screened in accordance with FAR 9.104.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) database. The solicitation includes various FAR and DFARS clauses covering aspects such as payment via Wide Area WorkFlow (WAWF), supply chain traceability, and product verification testing. Specific instructions for packaging, marking, inspection, and acceptance are also provided.