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, is soliciting quotes for Cable Assembly, Power under a Combined Synopsis/Solicitation (RFQ SPMYM4-26-Q-3319). This requirement is a Total Small Business Set-Aside for commercial items, utilizing Simplified Acquisition Procedures. The opportunity is for the procurement of 14 units of a specific power cable assembly, with a mandatory brand name requirement. Quotes are due by April 22nd, 2026, at 1:00 PM HST.
Scope of Work
The DLA requires 14 EA of CABLE ASSEMBLY, POWER, specifically an OUTBOARD MOLDED PLUG ASSEMBLY, 90 DEGREE (ANODE). These assemblies must conform to NAVSEA DWG 5792287 ASSEMBLY 502 (MOD 5) and modifications per NAVSEA DRAWING 415-7285181 (H535-0510). Each completed assembly must have a minimum cable length of 150 feet. The required part numbers are P/N: 1150896-114 and EBPN 19-87-3222MOD5. This is a brand name mandatory requirement for Teledyne D.G. O'brien or Seacon Brantner; quotes for other manufacturers will not be considered.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM4-26-Q-3319)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 335931 (Small Business Standard: 600 employees)
- FSC Code: 5995
- Place of Performance: PEARL HARBOR NAVAL SHIPYARD IMF, Pearl Harbor, HI 96860-5033, United States.
- Payment Terms: Net 30 Days AFTER acceptance of material. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are preferred payment methods.
Submission Requirements
Offerors must submit descriptive literature, a technical spec sheet, and/or proof of traceability to demonstrate compliance with specifications. Required provisions 52.204-24, 52.204-26, 252.204-7016, 252.204-7019, and a completed 52.212-3 (with ALT I) must be included. Quotes should specify if the offeror is a manufacturer, authorized distributor, or third-party dealer, and include the manufacturer's name and size. Quotes must include prices, FOB point (Destination), Cage Code, point of contact, name, phone number, GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method.
Evaluation Criteria
Award will be based on Lowest Price Technically Acceptable (LPTA). Technical acceptability requires meeting all solicitation requirements and providing the exact items requested. Only technically acceptable quotes will proceed to price evaluation. Vendor responsibility will be determined using PPIRS and screened per FAR 9.104. Quotes must meet the Required Delivery Date (RDD) or propose the nearest alternative using expedited means.
Key Dates & Contact
- Response Due Date: April 22nd, 2026, 1:00 PM HST
- Point of Contact: Kailie Thomas, kailie.m.thomas.civ@us.navy.mil
Important Notes
Offerors must be registered in the System for Award Management (SAM) database. The solicitation incorporates various FAR, DFARS, and DLAD clauses, including those related to telecommunications equipment, supply chain security, and WAWF payment instructions. Vendors must list the country of origin for each line item.