DOUBLE DIAMOND CAT 6
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 DOUBLE DIAMOND CAT 6 and other related CAT6 cables and jack packs. This is a 100% Total Small Business Set-Aside opportunity for commercial items, utilizing simplified acquisition procedures. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to Puget Sound Naval Shipyard IMF, Bremerton, WA. Offers are due by March 10, 2026, at 05:00 PM.
Scope of Work
This solicitation (SPMYM226Q5760) requires the procurement of specific commercial items, including:
- DOUBLE DIAMOND CAT6 cable (Part Number: 234PL66CCMP)
- CAT6E CABLE (Part Number: 22054913)
- JACK PACKS BULK PACKAGED JACKS (Part Number: 22078736) Detailed technical specifications are provided, such as conductor stranding, impedance, capacitance, jacket type, and compliance with standards like ANSI/TIA Category 6, NEC UL Rating CMP-CMP-LP, and RoHS. One document specifically details salient characteristics for JML 60283845, emphasizing construction, electrical properties, compliance (Plenum rated, RoHS, Category 6), and physical properties.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 335931 (600 employees size standard).
- Delivery: FOB Destination to Puget Sound Naval Shipyard IMF, Bremerton, WA.
- Delivery Required By: March 31, 2026.
- Payment: Via Wide Area Work Flow (WAWF).
Submission & Evaluation
- Offers Due: March 10, 2026, 05:00 PM.
- Submission Method: All questions and submissions must be via email to vera.anderson@dla.mil.
- Required Documents: Fully completed quotes with signed solicitation, CAGE CODE, company size, commercial item status, lead time, pricing for each CLIN, manufacturer details (name, CAGE, country, P/N), manufacturer's specification sheets, redacted quote from manufacturer/distributor, and completed representations/certifications. All pages of the original solicitation package must be returned.
- Evaluation Factors: Technical, Price, and Performance.
- Eligibility: Offerors must be registered in SAM.gov and obtain a Defense Biometric Identification System (DBIDS) credential for base access.
Additional Notes
Offerors are responsible for downloading the RFQ and monitoring the site for amendments. Failure to submit a complete and timely quote may result in rejection.