POWER DISTRIBUTION PANEL
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 Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for Power Distribution Panels. This opportunity is a Total Small Business Set-Aside. Quotes are due by May 20, 2026, at 10:00 AM EST.
Scope of Work
This solicitation seeks new, non-refurbished, and non-used Power Distribution Panels. The required items include:
- CLIN 0001-60842700: "LIGHTING CAN DISTRIBUTION" (GREEN 220 VAC) 120 VAC/220 VAC, 3 Power Inlets & 4 Outlets (50 AMPS, 220 VIN & 120 V OUT). Quantity: 18 each.
- CLIN 0002-60842701: "BLUE BLOWER CAN" 120 VAC, 50 AMP Power Inlet Plug, 4 each 20 AMP Inlet. Quantity: 8 each.
- CLIN 0003-60842702: "BLOWER CAN" RED, 440 VAC 20/30 AMP, Pig Tail (50 AMP Power Inlet Plug) & 4 Outlets (Breakers & Receptacle Outlets). Quantity: 9 each. The place of performance is Chesapeake, VA.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Single Award Contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code (PSC): 6150 - Miscellaneous Electric Power And Distribution Equipment
- NAICS Code: 335311
- Required Deliver Date (RDD): August 3, 2026
- Shipping Term: FOB Destination
- Quotes Due: May 20, 2026, 10:00 AM EST
- Published: May 14, 2026
Submission & Evaluation
Quotes must be submitted via email to STEVEN.TREHERNE@DLA.MIL by the deadline.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Quotes will be assessed for technical acceptability and price reasonableness.
- Technical Acceptability: Requires detailed specification sheets, lead time, a complete list of supplies, and manufacturer/country of origin. Vendors must demonstrate capability to meet all specifications.
- Price Reasonableness: Requires a pricing breakdown and may necessitate invoices for similar parts, published price lists, or contract numbers for similar government sales.
- Quote Format: Acceptable formats include Microsoft Word, Excel spreadsheet, or Adobe PDF. Submissions must include prices, point of contact, business size, CAGE Code, and payment terms.
- Quote Validity: A minimum of thirty (30) calendar days is required.
- Payment: WAWF PAID BY DFAS; a WAWF account is mandatory.
Eligibility
This is a 100% small business set-aside. Vendors must be registered in the System for Award Management (SAM) to be eligible.
Additional Notes
This combined synopsis/solicitation is prepared under FAR Part 13 using Simplified Acquisition Procedures. All items must be new. Contractors are responsible for familiarity with applicable provisions and clauses, including those in effect through FAC 2025-05 and DFARS Change Notice 08/07/2025, accessible at acquisition.gov.