INSERT, ELECTRICAL CONNECTOR
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 - Pearl Harbor is soliciting quotes for electrical connectors, specifically male inserts (MIL-C-24368/5, M24368/5-008). This opportunity is a Total Small Business Set-Aside (100% Small Business) and is issued as a combined synopsis/solicitation for commercial items. Responses are due by February 2, 2026, 12:00 PM HST.
Scope of Work
The requirement is for 8 each electrical connectors, male inserts, conforming to MIL-C-24368/5, M24368/5-008. These connectors are designed for submarine shore power transfer, requiring specific technical compliance with MIL-C-24368B for general specifications and for 500 Volts, 400 Amperes, 60 Hertz, Three-Phase applications. Delivery is FOB Destination and requested by February 27, 2026.
Contract & Timeline
- Type: Solicitation (Combined Synopsis/Solicitation, FAR Part 12 & 13).
- Pricing: Firm Fixed Price.
- Set-Aside: Total Small Business (100% Small Business).
- NAICS Code: 334417.
- FSC Code: 5935.
- Response Due: February 2, 2026, 12:00 PM HST.
- Published: January 27, 2026.
Submission & Evaluation
- Submission Method: Quotes must be emailed to angela.morrelli.civ@us.navy.mil. The email attachment should be labeled "SPMYM4-26-Q-3146".
- Required Quote Information: Includes company details, price, manufacturer name, country of origin, business size, delivery date/lead time, reseller/distributor status, and details on pricing agreements.
- Mandatory Provisions: Offerors must complete and include provisions FAR 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019. Small Business Program Representations (FAR 52.219-1) are also required.
- Evaluation Criteria: Award will be based on Lowest Price Technically Acceptable (LPTA). Technical capability is assessed on an acceptable/unacceptable basis, followed by an evaluation of price reasonableness. Delivery dates must meet or be nearest to the required date.
- Compliance: Bidders must carefully review and comply with all listed FAR, DFARS, DLAD, and Local clauses, including those related to telecommunications equipment, TikTok application prohibition, and Federal Acquisition Supply Chain Security Act (FASCSA) orders.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) database to be considered for award and must maintain registration through final payment. Wide Area Workflow (WAWF) is the required system for electronic invoicing and payment requests. This is a request for quotation, and the government is not obligated to pay for costs incurred in preparing quotations.