CONNECTOR,RECEPTACLE
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
DLA Weapons Support, Pearl Harbor, has issued a Combined Synopsis/Solicitation (RFQ SPMYM4-26-Q-3299) for the procurement of CONNECTOR,RECEPTACLE units. This requirement is a 100% Small Business Set-Aside and seeks qualified vendors to supply two (2) specialized connector assemblies. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Quotations are due by April 16, 2026, at 12:00 PM HST.
Scope of Work
The solicitation requires the provision of two (2) SPECIAL CONNECTOR ASSEMBLY, RECEPTACLE FOR MOLDED PLUG, specifically referencing DWG 5940915C, MIL-DTL-24231, P/N M24231 /13-003, with specific modifications (SYMBOL 737.9, MOD SYMBOL 1324), plasma coating, 7-pin insert, half-moon, and no cable. First Article Testing is required, though it may be waived for previously qualified vendors. The pricing arrangement is Firm Fixed Price.
Contract Details
- Agency: DLA Weapons Support, Pearl Harbor (DEPT OF DEFENSE)
- Type: Combined Synopsis/Solicitation (FAR Part 12 & 13)
- RFQ Number: SPMYM4-26-Q-3299
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 335931 (Small Business Standard: 600 employees)
- FSC Code: 5935 (Connectors, Electrical)
- Contract Type: Firm Fixed Price
- Payment Terms: Net 30 Days after acceptance of material. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are options, with WAWF mandatory if GCPC is chosen.
Submission & Evaluation
Offerors must submit descriptive literature demonstrating how their quotation meets all required specifications. Failure to provide this may result in technical unacceptability. Evaluation will be LPTA, considering technical capability (acceptable/unacceptable), price reasonableness, and delivery dates. Vendor responsibility will be determined using PPIRS in accordance with FAR 9.104.
Required attachments include completed provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019, as well as FAR 52.212-3 and its ALT I. Vendors must list the country of origin for each line item and, if not the manufacturer, provide the manufacturer's name, location, and business size.
Key Clauses & Requirements
The solicitation incorporates numerous FAR, DFARS, and DLAD clauses, including those related to telecommunications equipment prohibitions (e.g., FAR 52.204-26, 52.204-27, 252.204-7016), supply chain security (FASCSA), contractor retention of supply chain traceability documentation, product verification testing, and offers for part-numbered items.
Response Information
- Submission Deadline: April 16, 2026, 12:00 PM HST
- Submission Method: Email quotations to Quincey.Dillenback.civ@us.navy.mil
- Point of Contact: Quincey Dillenback (quincey.dillenback.civ@us.navy.mil)
- Registration: Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov/.