CABLE ASSEMBLY, POWER PRESSURE
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 proposals for a CABLE ASSEMBLY, POWER PRESSURE PROOF PLUG ASSY under a Combined Synopsis/Solicitation. This requirement is a Total Small Business Set-Aside but is sole sourced to TELEDYNE D.G. O'BRIAN. Offers from other manufacturers will not be considered. Proposals are due April 22, 2026, at 2:00 PM HST.
Scope of Work
The requirement is for a CABLE ASSEMBLY, POWER PRESSURE PROOF PLUG ASSY, OUTBOARD, 4 CABLE, MBT REF CELL (EHP END). Each cable leg must be a minimum of 150 feet of DSS-4(MOD). The specific part numbers are P/N: 1155433-112 and EBPN 19-87-7054D. The DLA Weapons Support, Pearl Harbor, requires two units of this item.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ SPMYM426Q3320)
- FSC Code: 5995 (Cable, Cord, And Wire Assemblies: Communication Equipment)
- NAICS Code: 335931 (Electrical Equipment Manufacturing), Small Business Standard: 600 employees
- Set-Aside: Total Small Business Set-Aside
- Response Due: April 22, 2026, 2:00 PM HST
- Published: April 20, 2026
- Contact: Kailie Thomas, kailie.m.thomas.civ@us.navy.mil
- Place of Performance: JBPHH, HI 96860, United States
- Delivery: FOB Destination to Pearl Harbor Naval Shipyard IMF, 667 Safeguard Street, Bldg 167-1 Recv, Pearl Harbor, HI 96860-5033.
Evaluation Criteria
Award will be based on Lowest Price Technically Acceptable (LPTA). Evaluation factors include:
- Technical Capability: Offers must adhere to technical specifications and provide the exact items requested. Offers deemed technically unacceptable will not have their price evaluated. Offerors must submit descriptive literature, a technical spec sheet, and proof of traceability.
- Price: For technically acceptable offers, price reasonableness will be evaluated.
- Delivery: Quotes must meet the Required Delivery Date (RDD) or propose the nearest alternative using expedited means. Contractor responsibility will be screened per FAR 9.104, utilizing PPIRS.
Submission Requirements
Offerors must submit:
- Descriptive literature demonstrating compliance with specifications.
- A technical spec sheet.
- Proof of traceability.
- Completed provisions: FAR 52.204-24, 52.204-26, DFARS 252.204-7016, and 252.204-7019.
- Completed FAR 52.212-3 and its ALT I (if not updated in SAM).
- Quote details: price(s), FOB point, CAGE Code, DUNS, TIN, point of contact (name, phone), GSA contract number (if applicable), business size under NAICS, and preferred payment method (GCPC or WAWF).
- Quoters must be registered in the System for Award Management (SAM) database.
- Quotes should be submitted via email to kailie.m.thomas.civ@us.navy.mil.
Important Notes
This requirement is sole sourced to TELEDYNE D.G. O'BRIAN due to specific material changes and requirements. Quotations from any other manufacturer will not be considered for award. The solicitation incorporates numerous FAR, DFARS, and DLAD clauses, including those related to telecommunications restrictions, supply chain security, and WAWF payment instructions. Payment terms are Net 30 Days AFTER acceptance of material.