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) Maritime – Pearl Harbor has issued a Combined Synopsis/Solicitation (RFQ SPMYM426QTBD) for Cable Assembly, Power units. This opportunity is a 100% Small Business Set-Aside and seeks qualified vendors to supply specific brand-name cable assemblies. Quotes are due by May 2, 2026, at 4:00 PM HST.
Scope of Work
The requirement is for a total of 16 Cable Assembly Power units, specifically:
- Item 0001: 6 Each (EA) Cable Assembly Power, Outboard Molded Plug Assembly, 90 Degree (Anode).
- Item 0002: 10 Each (EA) Cable Assembly Power, Outboard Molded Plug Assembly, 90 Degree (Anode). Both items must be in accordance with NAVSEA DWG 5792287 ASSEMBLY 502 (MOD 5), with 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; EBPN 19-87-3222MOD5. Crucially, this is a brand-name requirement for Teledyne D.G. O’Brien or Seacon Branter. Quotations representing different manufacturers will not be considered.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM426QTBD)
- NAICS Code: 335931 (Small Business Size Standard: 600 employees)
- Set-Aside: 100% Small Business Set-Aside
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), considering technical acceptability, price, and delivery. The government intends to make an award without discussions.
- FOB Terms: Destination
- Payment Terms: Net 30 days after acceptance of material. Wide Area Workflow (WAWF) is the preferred payment method.
Submission Requirements
Offerors must submit descriptive literature demonstrating how their quotation meets specifications, including a technical spec sheet and proof of traceability. Failure to provide this information may result in technical unacceptability. Only one quote per vendor is permitted. 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 payment preference (GCPC or WAWF). Offerors must complete and include attached provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019. SAM Registration: Offerors must be registered and active in SAM.gov. If not the actual manufacturer, the manufacturer’s name, location, and business size must be provided.
Key Clauses & Compliance
Bidders must review all incorporated FAR, DFARS, DLAD, and local clauses, particularly those related to telecommunications equipment, supply chain security (e.g., FAR 52.204-24, 52.204-26, 52.204-29, 52.204-30, DFARS 252.204-7016, 252.204-7018), and small business representations. Compliance with these requirements is essential for eligibility.
Deadline & Contact
Quotes are due by May 2, 2026, at 4:00 PM HST. Submissions should be emailed to Tehani Diaz Zelaya-Rios at Tehani.E.DiazZelayaRios.civ@us.navy.mil.