CABLE ASSEMBLY, SPEC
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, SPEC (PN: BW3-1A09980-501) under a Combined Synopsis/Solicitation. This requirement is a Total Small Business Set-Aside and mandates the LEIDOS brand name. Award will be based on the Lowest Price Technically Acceptable (LPTA) methodology. Quotes are due April 22, 2026, at 2:00 PM HST.
Scope of Work
The requirement is for 24 units of CABLE ASSEMBLY, SPEC, TYPE H, NON-PRESSURE HULL ICCP, 150 FT, specifically Part Number BW3-1A09980-501 and EBPN 19-87-0301D. The LEIDOS brand name is mandatory to prevent material ordering errors and work stoppages; quotes for different manufacturers will not be considered.
Contract Details
- Type: Combined Synopsis/Solicitation (FAR Part 12, Simplified Acquisition Procedures FAR Part 13)
- Set-Aside: Total Small Business Set-Aside (NAICS 335311, Small Business Standard 800 employees; FSC 6150)
- Place of Performance/FOB: PEARL HARBOR NAVAL SHIPYARD IMF, HI, 96860, United States. Shipping must be included in unit price.
- Payment Terms: Net 30 Days after acceptance of material. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are preferred payment methods.
- Funding Note: Clause 52.232-18 indicates funds are not presently available for this contract.
Submission Requirements
Offerors must submit quotes via email to kailie.m.thomas.civ@us.navy.mil. Submissions must include:
- Price(s) and FOB point.
- Cage Code, point of contact (name and phone number).
- GSA contract number (if applicable) and business size under the NAICS Code.
- Preferred payment method.
- Descriptive literature, a technical spec sheet, and/or proof of traceability to demonstrate compliance with specifications. Failure to provide this may result in technical unacceptability.
- Completed provisions: 52.204-24, 52.204-26, 252.204-7016, 252.204-7019, and 52.212-3 with ALT I.
- SAM registration is mandatory for consideration.
Evaluation Criteria
Award will be made to the Lowest Price Technically Acceptable (LPTA) offer.
- Technical Capability: Evaluated based on adherence to specifications. "Acceptable" means meeting all requirements; "Unacceptable" means failing to meet requirements or not providing exact items.
- Price: Only technically "Acceptable" quotes will be evaluated for price reasonableness.
- Contractor Responsibility: Potential contractors will be screened per FAR 9.104, utilizing PPIRS.
- Delivery: Quotes must meet the Required Delivery Date (RDD) or propose the nearest alternative.
Key Dates
- Published: April 20, 2026
- Quotes Due: April 22, 2026, 2:00 PM HST
Contact
For questions, contact Kailie Thomas at kailie.m.thomas.civ@us.navy.mil.