INSERT ASSEMBLY
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 SPMYM326Q8002) for Insert Assembly parts. This opportunity seeks qualified sources to provide specific Teledyne part numbers or equal, with a focus on pre-FAT certified manufacturers. The requirement is processed utilizing Other than Full and Open Competition. Quotations are due Monday, February 2, 2026, at 4:00 PM EST.
Scope of Work
The Portsmouth Naval Shipyard requires:
- Item 0001: 3 units of Insert Assembly, Teledyne part number 1085119-101 or equal. Salient characteristics must comply with drawing 803-1197260 Rev C, piece number 27.
- Item 0002: 1 unit of Insert Assembly, Teledyne part number 1085115-101 or equal. Salient characteristics must comply with drawing 803-1197260 Rev C, piece number 7. Offerors must be pre-FAT certified and provide evidence of certification with their offer. Descriptive literature demonstrating how the quotation meets required specifications is mandatory. Component parts or sub-assemblies are generally not accepted individually for FAT inspection, unless qualified under specific drawing notes. Vendors must also list the country of origin for each line item.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q8002) for commercial items, using Simplified Acquisition Procedures (FAR Part 13).
- FSC Code: 5935 (Connectors, Electrical)
- NAICS Code: 334417 (Electronic Coils, Transformers, and Other Inductors Manufacturing), with a size standard of 1,000 employees.
- Competition: Other than Full and Open Competition.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS in accordance with FAR 9.104. The Government anticipates a single award (all or none) and intends to make an award without discussions.
- Payment Terms: Net 30 Days AFTER acceptance of material. Accepted payment methods are Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF).
- FOB Terms: Destination.
Submission Requirements
Quotations must be submitted via email to sam.aiguier@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL. Submissions must include:
- Price(s)
- FOB point
- Cage Code
- Point of contact (name and phone number)
- GSA contract number (if applicable)
- Business size under the NAICS Code
- Preferred payment method (GCPC or WAWF)
- Completed provisions: 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019.
- If not the actual manufacturer, provide the Manufacturer’s Name, Location, and Business Size.
Key Dates & Contacts
- Quotation Due Date: Monday, February 2, 2026, at 4:00 PM EST.
- Primary Point of Contact: Sam Aiguier (sam.aiguier@dla.mil).
Important Notes
Offerors must be registered and active in the System for Award Management (SAM) at http://www.sam.gov/. The solicitation incorporates numerous FAR, DFARS, DLAD, and local clauses and provisions, including those related to telecommunications equipment (e.g., 52.204-25, 52.204-27, 252.204-7018) and NIST SP 800-171 DoD Assessment Requirements (252.204-7019). Offerors are responsible for familiarizing themselves with all applicable clauses.