POWER SENSOR
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 has issued a solicitation (SPMYM226Q5927) for a POWER SENSOR, specifically a BOONTON RTP Power Sensor, Model 5540, Peak Power Sensor 100MHz to 40 GHz. This acquisition is a Total Small Business Set-Aside and requires offers to be submitted by April 2, 2026, at 10:00 AM local time.
Scope of Work
The primary requirement is for a BOONTON RTP Power Sensor, Model 5540, with a frequency range of 50MHz to 40GHz, measurement range of -60dBm to +20dBm, video bandwidth of 195MHz, and a rise-time of less than 3ns. Vendors quoting "equals" must provide detailed specifications for evaluation; bids without these will be deemed non-responsive. Required documentation includes manufacturer, country of origin, and lead time for delivery (FOB destination).
Contract & Timeline
- Contract Type: Solicitation (implied Firm Fixed Price)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334515 (750 employees size standard)
- Response Due: April 2, 2026, 10:00 AM local time
- Published Date: April 1, 2026
- Delivery Date: April 10, 2026
- Place of Performance: Silverdale, WA 98315, United States
Submission & Evaluation
Offers must include a completed and signed solicitation, manufacturer, country of origin, and lead time. Quotes must be submitted via email to TRICIA.WINTERSTEEN@DLA.MIL. Award will be made to the technically acceptable quote/offer that is most advantageous to the Government, considering price and past performance. Payment will be processed via Wide Area Work Flow (WAWF).
Additional Requirements
- NIST SP 800-171: Contractors (awardees) are required to have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019, unless the item is Commercial Off The Shelf (COTS). COTS items are exempt but must be identified with supporting information during the bid period.
- Insurance: Comprehensive General Liability ($500,000 per occurrence), Automobile Liability ($200,000/$500,000 bodily injury, $20,000 property damage), and Workmen's Compensation/Employer's Liability ($100,000) are required.
- Packaging & Marking: Adherence to ASTM-D-3951, including specific information on unit and exterior containers. Mandatory pallet usage for non-small parcel shipments.
- Base Access: Defense Biometric Identification System (DBIDS) credential is required for base access.
Contact Information
- Primary Contact: TRICIA WINTERSTEEN
- Email: TRICIA.WINTERSTEEN@DLA.MIL
- Phone: 3605090205