Electrical Contacts
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 - Portsmouth has issued a Combined Synopsis/Solicitation (RFQ SPMYM326Q5031) for Electrical Contacts. This requirement is for specific Ward Leonard LLC brand-name electrical contact parts to be supplied to the Portsmouth Naval Shipyard. This opportunity is a 100% Small Business Set-Aside. Quotations are due March 6, 2026, at 12:00 PM EST.
Scope of Work
The Portsmouth Naval Shipyard requires the following direct replacement electrical contact parts:
- Item 0001: 5 EA of CONTACT, ELECTRICAL, Upper Main Contact, PN-22839.23, NSN 5999-00-772-1944.
- Item 0002: 5 EA of CONTACT ASSY, ELECTRICAL, Lower Main Contact 2295.26-1, NSN 5999-00-967-4903. This is a brand name mandatory requirement for Ward Leonard LLC parts; quotations for different manufacturers will not be considered. Place of Manufacture/Country of Origin is required for each line item. The Required Delivery Date (RDD) is August 29, 2026. The procurement is processed using Simplified Acquisition Procedures.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q5031)
- Set-Aside: 100% Small Business Set-Aside (Total Small Business Set-Aside)
- NAICS: 334419 (Other Electronic Component Manufacturing) with a 750-employee size standard.
- FSC: 5999 (Miscellaneous Electrical And Electronic Components)
- Evaluation: Lowest Price Technically Acceptable (LPTA), evaluated on an "All or None" basis. Vendor responsibility will be determined using PPIRS and screened per FAR 9.104. The government intends to make an award without discussions.
- Payment Terms: Net 30 Days AFTER acceptance of material. Payment options include Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF).
- FOB Point: Destination.
Submission Requirements
Quotations must be submitted via email to robert.dowdle@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL by the deadline. Required submission elements include:
- Completed provisions 252.204-7016 and 252.204-7019.
- Completed 52.212-3 and its ALT I (if not updated in SAM).
- Price(s), FOB point, Cage Code, point of contact (name and phone number), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method.
- If not the actual manufacturer, provide the Manufacturer's Name, Location, and Business Size.
- Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov/.
Key Clauses & Provisions
This solicitation incorporates numerous FAR, DFARS, DLAD, and local clauses, including those related to Buy American Act, covered defense telecommunications equipment, safeguarding covered defense information, and the use of the Supplier Performance Risk System (SPRS). Offerors are responsible for familiarizing themselves with all applicable clauses.