REQUIRED GENERAL DYNAMICS WLY-1 BLANKING PLATE
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 - Portsmouth has issued a Combined Synopsis/Solicitation (RFQ SPMYM326Q6035) for WLY-1 Blanking Plates. This requirement is sole sourced to General Dynamics Information Technology, Inc. (cage code 8K596) due to the need for compatibility with existing systems, as it is an OEM part per drawing 8782171 Rev 3. Quotations received that represent a different manufacturer will not be considered for award.
Scope of Work
The requirement is for 12 Each of the WLY-1 Blanking Plate, specifically the LIGHT WEIGHT WIDE APERATURE ARRAY IROC BLANKING PLATE ASSY OF DWG 8782171 REV 3, detailed as P/N 8482171 DWG’S 8782171, 8782172, 8782173, 8482174. The required delivery date (RDD) is May 25, 2026. Offerors must indicate if the item contains hazardous materials.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q6035)
- FSC/NAICS: 5340 (Hardware) / 332510 (Small Business Standard: 600 employees)
- Set-Aside: None (Sole Source to General Dynamics Information Technology, Inc.)
- Place of Performance: Kittery, ME 03904
- Payment Terms: Net 30 days after inspection and acceptance. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are accepted payment methods.
- Applicable Regulations: FAR Part 12, DFARS, DLAD, and local clauses are incorporated. Key clauses address cybersecurity (NIST SP 800-171 DoD Assessment), supply chain security (Covered Defense Telecommunications Equipment), product verification, and traceability.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS and FAR 9.104. Award may be made without discussions.
- Quote Due Date: March 31, 2026, at 2:00 PM ET.
- Submission Method: Email quotations to jannell.moriarty@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Required Information: Quotes must include price(s), FOB point, Cage Code, a point of contact, GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method. Offerors must submit descriptive literature demonstrating compliance with specifications. If not the manufacturer, proof of traceability and the manufacturer's name, location, and business size are required.
- Registration: Offerors must be registered and active in SAM.gov.
Additional Notes
Bidders must complete and include provisions 252.204-7016 and 252.204-7019, as well as FAR 52.212-3 and its ALT I. Buy American Act provisions apply if the value exceeds $10,000.00 or $25,000.00 for Free Trade Agreements.