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) Weapons Support, Pearl Harbor is soliciting quotes for Cable Assemblies under RFQ SPMYM4-26-Q-3357. This is a Combined Synopsis/Solicitation issued as a 100% Total Small Business Set-Aside. The requirement is for specific Teledyne part numbers, and alternate manufacturers will not be considered. Quotes are due Friday, May 8, 2026, at 1600 HST.
Scope of Work
DLA Weapons Support, Pearl Harbor requires the following cable assemblies:
- CLIN 0001: 4 each of CABLE ASSEMBLY, 50' (Part Number 6058E853), consisting of a 50 ft 2SWF-4 cable and TELEDYNE P/N 1155634-109 plug assembly. QPL-915-QPD DTD 29JAN2026 applies.
- CLIN 0002: 6 each of CABLE ASSEMBLY, 150' (Part Number 6058E856), consisting of a 150 ft 2SWF-4 cable and TELEDYNE P/N 1155634-103 plug assembly. QPL-915-QPD DTD 29JAN2026 applies.
Alternate manufacturers will not be considered for either CLIN. Vendors must list the country of origin for each line item. Delivery is to PEARL HARBOR NAVAL SHIPYARD IMF, HI.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Part 12 & 13 Simplified Acquisition Procedures)
- NAICS Code: 335931 (Small Business Standard: 600 employees)
- Set-Aside: 100% Total Small Business Set-Aside
- FSC Code: 5995 (Connectors, Electrical)
- Payment Terms: Net 30 Days AFTER acceptance of material.
Submission & Evaluation
- Submission Deadline: Friday, May 8, 2026, 1600 HST.
- Submission Method: Email quotes to Floyd Shiroma at floyd.shiroma.civ@us.navy.mil.
- Required Information: Quotes must include price(s), FOB point, Cage Code, point of contact, GSA contract number (if applicable), business size under the NAICS Code, preferred payment method (Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF)), and descriptive literature demonstrating compliance with specifications. Failure to provide descriptive literature may result in technical unacceptability.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using the Supplier Performance Risk System (SPRS) in accordance with FAR 9.104. Technical capability and delivery will also be evaluated.
- Mandatory Attachment: Offerors must complete and include provision 252.204-7016 with their offer.
Additional Notes
- SAM Registration: Quoters must be registered in the System for Award Management (SAM) at http://www.sam.gov/ to be considered for award.
- If not the actual manufacturer, the manufacturer's name, location, and business size must be provided.
- The solicitation incorporates numerous FAR, DFARS, DLAD, and local clauses and provisions, which are available for review.