Cable Assembly Power
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, has issued a Combined Synopsis/Solicitation (RFQ SPMYM4-26-Q-0150) for Cable Assembly Power. This opportunity is a 100% Total Small Business Set-Aside and seeks qualified vendors to supply 20 units of specialized cable assemblies. Evaluation will be based on Lowest Price Technically Acceptable (LPTA) criteria. Quotes are due by Friday, March 13, 2026, at 1200 HST.
Scope of Work
DLA Weapons Support, Pearl Harbor, requires 20 each of CABLE ASSEMBLY, POWER. The assemblies must meet precise specifications, including:
- An outboard molded plug assembly, 90-degree (anode).
- Compliance with NAVSEA Drawing 5792287 Assembly 502 (MOD 5).
- Modifications in accordance with NAVSEA Drawing 415-7285181 (H535-0510).
- A minimum cable length of 150 feet.
- Specific Part Numbers: P/N: 1150896-114; EBPN 19-87-3222MOD5. Offerors must submit descriptive literature demonstrating how their quotation meets these required specifications. Failure to provide this information may result in the quotation being deemed technically unacceptable.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation for commercial items, utilizing Simplified Acquisition Procedures (FAR Part 12 and 13).
- RFQ Number: SPMYM4-26-Q-0150.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- Product Service Code (FSC): 5995 (Cable, Cord, And Wire Assemblies: Communication Equipment).
- NAICS Code: 335931 (Small Business Standard: 600 employees).
- Place of Performance/Delivery: PEARL HARBOR NAVAL SHIPYARD IMF, 667 SAFEGUARD ST SUITE 100, PEARL HARBOR, HI 96860-5033, UNITED STATES.
- Payment Terms: Net 30 Days AFTER acceptance of material.
Evaluation & Submission
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Quotes will first be assessed for technical acceptability, and then the lowest priced among technically acceptable offers will be selected.
- Technical Capability: Evaluated on an acceptable/unacceptable basis. Quotes must clearly demonstrate adherence to technical specifications.
- Vendor Responsibility: Potential contractors will be screened in accordance with FAR 9.104, with SPRS used to determine responsibility.
- Submission Deadline: Friday, March 13, 2026, 1200 HST.
- Submission Method: Via email to floyd.n.shiroma@navy.mil.
- Required Documents: Offerors must complete and include the attached provisions 252.204-7016 with their offer.
- Quote Content: Quotes must include price(s), FOB point, Cage Code, a 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)).
- SAM Registration: Quoters must be registered in the System for Award Management (SAM) database (www.sam.gov) to be considered for award.
- Manufacturer Information: If the offeror is not the actual manufacturer, the manufacturer’s name, location, and business size must be provided.
Additional Notes
The solicitation incorporates provisions and clauses in effect through FAC 2025-06 (October 1, 2025) and DFARS Change Notice 20251110. Contractors are responsible for familiarizing themselves with these applicable clauses and provisions. The government intends to evaluate quotes and award without exchanges but reserves the right to conduct exchanges if necessary.