INSERT,ELECTRICAL
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 offers for INSERT, ELECTRICAL components (NSN 5935-01-650-5345), specifically 120 units of "INSERT, ELECTRICAL C" (WAA EHP MOLDED INSERT). This is a Total Small Business Set-Aside procurement, issued as a commercial item solicitation using simplified acquisition procedures. Offers are due by February 4, 2026, at 10:00 AM PST.
Scope of Work
The requirement is for 120 units of "INSERT, ELECTRICAL C" (WAA EHP MOLDED INSERT), manufactured to material specifications. Delivery is FOB Destination to the Puget Sound Naval Shipyard in Bremerton, WA. Urgent, Work Stoppage, and Air Shipment are authorized. The requested delivery date for the items is January 30, 2026.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 334417 (Size Standard: 1000 employees).
- PSC/FSC: 5935 (Connectors, Electrical).
- NIST SP 800-171: Required for awardees unless items are Commercial Off The Shelf (COTS). If COTS, this must be identified during the solicitation period.
- Payment: Will be made via Wide Area Work Flow (WAWF).
Key Requirements & Submission
- Distribution D Drawing: A Distribution D drawing is required. Vendors must have an active account in the Joint Certification Program (JCP) to obtain it. Contact Naomi Larson (naomi.larson@dla.mil) to request the drawing, which will be provided via a password-protected PDF on safe.apps.mil.
- Offer Submission: Offers must include:
- Completed pricing for each CLIN.
- CAGE code.
- All representations and certifications from the solicitation.
- Manufacturer information for proposed items.
- Return of the complete, signed original solicitation package.
- Current registration in the System for Award Management (SAM.gov).
- Lead time for delivery (FOB destination).
Evaluation
Proposals will be evaluated based on Technical, Price, and Performance.
Key Dates & Contacts
- Offer Due Date: February 4, 2026, 10:00 AM PST.
- Contact: Naomi Larson (naomi.larson@dla.mil).
Additional Notes
- Vendors are responsible for downloading the RFQ and monitoring the site for amendments.
- For base access, a Defense Biometric Identification System (DBIDS) credential is required; NCACS credentials are no longer accepted.
- All deliveries must pass through the base Truck Inspection Station.