LMI RELAY / DISPLAY / CABLE
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 proposals for LMI Relay, Display, Converter, and various Cables. This is a Total Small Business Set-Aside opportunity, with an anticipated contract award by November 2025. The place of performance is Bremerton, WA. Offers are due by April 21, 2026, at 11:00 AM.
Scope of Work
This solicitation covers the procurement of specific LMI components:
- LMI Relay (P/N: LMC-0001-120)
- LMI Display Controller/Display (P/N: SD50LT-SSA12001-002)
- LMI Converter (P/N: A2C01-001)
- LMI Cables of various lengths: 20M (P/N: CBL7123-F01B0101-020), 20M (P/N: CBL7024-M01B0101-020), 8M (P/N: CBL7022-M01B0101-008), and 10M (P/N: CBL7022-M01F0101-010).
Contract Details
- Contract Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335314 (Electrical Control Equipment) with a size standard of 750 employees.
- Payment: Via Wide Area Work Flow (WAWF).
- Inspection Level: QA 4 - 7 days inspection.
- Delivery: Expected by September 30, 2026, FOB Destination Bremerton, WA.
Submission & Evaluation
To be deemed responsive, quotes must be submitted electronically via SAM.gov or email to jack.edwards@dla.mil by the closing date. Submissions must include:
- Completed and signed solicitation packet (Box 17A, Box 28, and Boxes 30 a, b, c on page 1).
- Cage Code.
- Annotated lead time.
- Manufacturer name and country of manufacturing.
- Check applicable boxes in clause 52.204-24 (2)(d) (1) and (2).
- NIST SP 800-171: Contractors must have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019, unless items are Commercial Off The Shelf (COTS) and identified as such to the contracting officer.
- Evaluation: Proposals will be evaluated based on price and other factors.
Key Dates
- Offers Due: April 21, 2026, at 11:00 AM (Pacific Time).
- Published Date: April 20, 2026.
Additional Notes
Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station. Supply chain traceability documentation and Vendor Shipment Module (VSM) for shipping documentation are required.