CONNECTORS
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 has issued a solicitation for CONNECTORS, specifically Fiber Optic Interconnectors. This opportunity is a Total Small Business Set-Aside and seeks proposals for various fiber optic components to be delivered to Puget Sound Naval Shipyard locations in Bremerton, WA. Proposals are due January 23, 2026, at 11:00 AM PST.
Scope of Work
This requirement includes a range of FIBER OPTIC components such as connectors, receptacles, and contacts. Specific part numbers and manufacturers are listed, with some items designated as "SOLE SOURCE." Items require specific packaging and marking in accordance with ASTM-D-3951. Unique Item Identification (UII) is mandatory for items with a Government unit acquisition cost of $5,000 or more, and for specific items with costs less than $5,000.
Contract & Timeline
- Type: Solicitation (implies Firm Fixed Price)
- Duration: Anticipated 5 years after final payment, with an estimated start date of November 2025.
- Delivery: On or before August 28, 2026, to various Puget Sound Naval Shipyard locations in Bremerton, WA.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- Proposal Due: January 23, 2026, 11:00 AM PST
- Published: January 20, 2026
Submission & Evaluation
Proposals must be submitted electronically via Wide Area Work Flow (WAWF). To be considered responsive, the solicitation must be completed in its entirety, including filling out box 17A, reading box 28, and signing page 1 boxes 30 a, b, and c. Offerors must provide their CAGE code, quote FOB Destination Bremerton, WA, annotate lead time, and specify the manufacturer's name and country of manufacturing. Evaluation will be based on Technical, Price, and Performance factors.
Compliance & Notes
Contractors (awardees) are required to implement NIST SP 800-171 and have a current assessment as detailed in DFARS 252.204-7019, unless items are Commercial Off The Shelf (COTS). COTS items are exempt but must be identified to the contracting officer during the solicitation period. Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access, and invoices must be submitted electronically through WAWF.