CABLE, 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 - Puget Sound is soliciting quotes for Power Cable (AWG-4, 4-conductor, Type W). This is a Total Small Business Set-Aside for a Firm Fixed Price contract. The acquisition requires 5,000 feet of cable for delivery to Bremerton, WA. Quotes are due by May 5, 2026, at 12:00 PM PST.
Scope of Work
This solicitation (SPMYM226Q7151) is for CABLE, POWER, ELECTRICAL, AWG-4, 4-conductor, round, copper, Type W, 90 degrees C, 2000 Volt, UL or CSA listed and labeled, with a black jacket and required markings. Each spool must be 500 ft continuous length. The total quantity required is 5,000 feet. The cable must be durably marked on the surface at intervals not exceeding 24 inches with Manufacturer, Size, Number of Conductors, Type, and Temp Rating, Voltage or UL/CSA.
Contract Details
- Opportunity Type: Solicitation
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335929 (Size Standard: 1000 employees)
- Place of Performance: Bremerton, WA
- Delivery: 2 weeks from date of award receipt, FOB Destination Bremerton, WA.
- Estimated Value: Over $15,000.00
Submission & Evaluation
Electronic submission of quotes is available through SAM.gov. To be considered responsive, a signed and completed solicitation must be submitted via email to Deborah.Beierle@dla.mil. Quotes must include contractor info, CAGE code, POC, pricing, lead time/delivery date, and manufacturer details (name, country of manufacturing). NIST SP 800-171 compliance is required for awardees, unless the items are Commercial Off The Shelf (COTS) and identified as such. The Government will award to the responsible Offeror whose quote is most advantageous, considering price and other factors. Past performance will be evaluated using the PPIRS-SR system. Payment will be via Wide Area Work Flow (WAWF).
Key Dates & Contact
- Response Due: May 5, 2026, 12:00 PM PST
- Published Date: May 4, 2026
- Primary Contact: Deborah Beierle (Deborah.Beierle@dla.mil, 385-591-9033)