OSCILLOSCOPE
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
DLA Maritime - Pearl Harbor is soliciting quotes for two (2) Tektronix Part Number DPO5054B Oscilloscopes. This is a brand-name mandatory requirement, designated as a 100% Small Business Set-Aside. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. The deadline for submissions is May 18, 2026, at 12:00 PM HST.
Scope of Work
The requirement is for the procurement of two (2) Tektronix Part Number DPO5054B Oscilloscopes. This is a brand-name mandatory acquisition because this specific model is the authorized instrument listed in the Navy Cal Lab's Metbench Cal Management System (MCMS) and is explicitly required by calibration procedures. Quotations for other manufacturers will not be considered.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM4-26-Q-3395) for commercial items, prepared under FAR Part 12 and Simplified Acquisition Procedures (FAR Part 13).
- Set-Aside: 100% Small Business Set-Aside.
- FSC/NAICS: FSC 6625 (Electrical And Electronic Properties Measuring And Testing Instruments), NAICS 334515 (Small Business Standard: 750 employees).
- Delivery: FOB Destination to Pearl Harbor Naval Shipyard IMF, 667 Safeguard Street, Bldg 167-1 RECV, Pearl Harbor, HI 96860-5033, USA. The Required Delivery Date (RDD) is May 29, 2026. Offerors must provide an estimated number of Calendar Days ARO for delivery.
- Payment Terms: Net 30 Days after acceptance of material.
Submission & Evaluation
- Evaluation Criteria: Award will be made to the offeror providing the Lowest Price Technically Acceptable (LPTA) quote. Vendor responsibility will be assessed using the Supplier Performance Risk System (PPIRS) and in accordance with FAR 9.104.
- Required Documentation:
- Offerors must submit traceability documentation demonstrating how their quotation meets the required specifications and traces the item back to the approved manufacturing source (Tektronix). Acceptable examples include a quotation from Tektronix, a letter from Tektronix confirming authorized dealer/distributor status, or a supplier's quotation with an authorization letter. Failure to provide acceptable traceability documentation may result in technical unacceptability. Traceability documentation is specifically due by May 18, 2026, 2:30 PM HST.
- Completed provisions: FAR 52.204-24, 52.204-26, 52.212-3 (and ALT I), DFARS 252.204-7016, and 252.204-7019.
- Submission Deadline: May 18, 2026, at 12:00 PM HST.
- Submission Method: Via email to quincey.dillenback.civ@us.navy.mil.
- 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 (Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF)).
Important Notes
Offerors must be registered in the System for Award Management (SAM) database to be considered for award. This solicitation incorporates various FAR and DFARS clauses, including those related to telecommunications restrictions, supply chain security, and small business representations.