MULTIMETER, DIGITAL

SOL #: SPMYM4-26-Q-3392Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PEARL HARBOR
PEARL HARBOR, HI, 96860-5033, United States

Place of Performance

Place of performance not available

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

Electrical And Electronic Properties Measuring And Testing Instruments (6625)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 15, 2026
2
Submission Deadline
May 18, 2026, 10:00 PM

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) Weapons Support, Pearl Harbor, is soliciting quotes for three (3) Keysight Technologies Model 3458A Digital Multimeters. This is a 100% Small Business Set-Aside opportunity, processed using Simplified Acquisition Procedures. The requirement is brand name mandatory due to the specific instrument being listed in calibration procedures. Quotes are due by May 18, 2026, at 12:00 PM HST.

Scope of Work

The requirement is for the supply of three (3) MULTIMETER, DIGITAL, KEYSIGHT TECHNOLOGIES MODEL 3458A. These multimeters are essential for the Navy Cal Lab, where they are listed as authorized instruments in the Metbench Cal Management System (MCMS) and specifically required for calibration procedures. They will be used to calibrate Fleet customer multimeters and other electronic test instruments. Substitutions are not permitted.

Contract Details

  • Solicitation Number: SPMYM4-26-Q-3392
  • Contract Type: Combined Synopsis/Solicitation for commercial items, utilizing Simplified Acquisition Procedures.
  • Set-Aside: 100% Small Business Set-Aside.
  • NAICS Code: 334515 (Small Business Size Standard: 750 employees).
  • FSC Code: 6625 (Electrical And Electronic Properties Measuring And Testing Instruments).
  • Delivery: FOB Destination to Pearl Harbor Naval Shipyard IMF, HI 96860-5033. Required Delivery Date (RDD) is June 26, 2026. Offerors must provide estimated delivery days ARO.
  • Payment Terms: Net 30 Days AFTER acceptance of material. Offerors must state preferred payment method (Government Commercial Purchase Card (GCPC) or Wide Area WorkFlow (WAWF)).

Submission & Evaluation

  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS and in accordance with FAR 9.104. Technical capability will be evaluated on an acceptable/unacceptable basis.
  • Mandatory Brand Name: Only quotations for Keysight Technologies (formerly HP and Agilent) Model 3458A will be considered.
  • Required Documentation: Offerors must submit traceability documentation to show how their quotation meets the required specifications. Failure to provide this may result in technical unacceptability. Examples include a quote from the approved source or a letter confirming authorized dealer/distributor status.
  • Required Forms: Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019. A completed copy of 52.212-3 and its ALT I is also required if not updated in SAM.
  • Quote Content: Quotes must include price(s), FOB point, Cage Code, a point of contact (name and phone number), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method.
  • Submission Method: Quotations must be submitted via email to quincey.dillenback.civ@us.navy.mil.
  • Closing Date: May 18, 2026, at 12:00 PM Honolulu Standard Time (HST).

Important Notes

  • SAM Registration: Quoters must be registered in the System for Award Management (SAM) database to be considered for award.
  • Clauses: This solicitation incorporates FAR and DFARS clauses and provisions effective through FAC 2025-06 and DFARS Change Notice 20251110. Full text clauses are accessible online.
  • Country of Origin: Vendors must list the country of origin for each line item.
  • Supply Chain Security: Offerors must address representations related to covered telecommunications equipment/services and Federal Acquisition Supply Chain Security Act (FASCSA) orders.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 15, 2026