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 is soliciting proposals for Fiber Optic Interconnectors (CONNECTORS) under a Total Small Business Set-Aside. This opportunity seeks to procure various fiber optic components, including connectors, receptacles, and contacts. Proposals are due February 6, 2026, at 02:00 PM (Pacific Time).
Scope of Work
This solicitation, titled "FO OTBD CONN 90 DEG," requires the supply of specific fiber optic components, some of which are designated as "SOLE SOURCE." Key requirements include:
- Providing various fiber optic connectors, receptacles, and contacts.
- Adhering to specific packaging and marking standards (ASTM-D-3951).
- Implementing Unique Item Identification (UII) for items with a Government unit acquisition cost of $5,000 or more, and for specific items below this threshold.
- Delivery is expected on or before August 28, 2026, to Puget Sound Naval Shipyard locations in Bremerton, WA.
Contract & Timeline
- Type: Solicitation (implies Firm Fixed Price based on item descriptions).
- Duration: Estimated five years after final payment, with an anticipated start date of November 2025.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: February 6, 2026, at 02:00 PM (Pacific Time).
- Published: February 5, 2026 (latest amendment).
Submission Requirements
Quotes can be submitted electronically via the SAM.gov website, or a signed and completed solicitation must be submitted via email to jack.edwards@dla.mil or fax to 360-476-4121. To be deemed responsive, submissions must:
- Complete box 17A, read box 28, and sign page 1 boxes 30 a, b, and c.
- Provide CAGE code.
- Quote FOB Destination Bremerton, WA.
- Annotate lead time, manufacturer name, and country of manufacturing.
- Check applicable boxes in clause 52.204-24 (2)(d) (1) and (2).
Evaluation & Compliance
Award will be based on Technical, Price, and Performance factors. Contractors (awardees) are required to implement NIST SP 800-171 unless items are Commercial Off The Shelf (COTS), which must be identified during the bid. Other requirements include Defense Biometric Identification System (DBIDS) credentials for base access and electronic invoice submission through Wide Area Work Flow (WAWF).