KIT MOLDING
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 a Brand Name KIT MOLDING (Teledyne Marine P/N 1062733) for U/W Matable Connectors. This is a Total Small Business Set-Aside procurement for four units, with no alternative materials accepted. Quotes are due by May 14, 2026, at 12:00 PM HST.
Scope of Work
This solicitation is for the procurement of four (4) units of a specific "KIT, MOLDING" (Teledyne Marine Part Number 1062733) designed for U/W Matable Connectors. The kit includes proprietary Teledyne (ODI) part numbers and must be supplied per CPG1984. The requirement is strictly Brand Name, and no alternative materials or products will be accepted. The acquisition is justified as sole-source due to the proprietary nature of the parts and vendor drawings.
Contract Details
- Opportunity Type: Solicitation (RFQ)
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (100% Small Business)
- NAICS Code: 334417 (Connectors, Electrical)
- Product Service Code (PSC): 5935
- Delivery: Requested by June 11, 2026, FOB Contractor Destination.
- Payment: Via Government Purchase Card (GPC) or Wide Area Work Flow (WAWF).
Submission & Evaluation
- Quote Due Date: May 14, 2026, 12:00 PM HST
- Submission Method: Email quotes to angela.morrelli.civ@us.navy.mil.
- Required Quote Information: Company information, price of material, manufacturer name, country of origin, business size, delivery date/lead time, and reseller/distributor status (including pricing agreement details if applicable).
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical capability will be evaluated first on an acceptable/unacceptable basis. Price will then be evaluated for reasonableness for technically acceptable offers. Delivery date is also a factor in the evaluation. Vendor responsibility will be screened in accordance with FAR 9.104, utilizing PPIRS.
- Mandatory Compliance: Offerors must be registered in the System for Award Management (SAM) and comply with the Nonmanufacturer Rule (FAR 52.219-33).
Key Provisions & Notes
This solicitation incorporates numerous FAR and DFARS clauses. Offerors must complete and include provisions such as FAR 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019, which address representations and prohibitions concerning covered telecommunications equipment or services. Other critical clauses include those related to the prohibition on TikTok (FAR 52.204-27) and Federal Acquisition Supply Chain Security Act (FASCSA) Orders (FAR 52.204-29 & 52.204-30). DLAD L22 restricts alternate offers for source-controlled items, indicating only approved sources or their authorized manufacturers/distributors will be considered. DLAD Procurement Notes detail requirements for superseded part numbers, manufacturing phase-out, supply chain traceability, and product verification testing.
Contact Information
For questions, contact Angela Morrelli at angela.morrelli.civ@us.navy.mil or 808-473-8000 ext. 6389.