SPEC, CABLE ASSEMBLY
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 is soliciting quotes for SPEC, CABLE ASSEMBLY for delivery to Bremerton, WA. This opportunity is a Total Small Business Set-Aside (FAR 19.5). The solicitation includes an amendment extending the response deadline. Quotes are due by Monday, February 23, 2026, at 2 PM PST.
Scope of Work
This solicitation is for the procurement of specific cable assemblies:
- MFS NO.1 HMI DISPLAY CABLE W053C (P/N: LT-5200197-120)
- MFS NO.1 HMI USB CABLES W020A & W020B (P/N: LT-5200190-118) These are described as direct replacement parts for existing brand-name equipment, with Leonardo DRS, Inc. identified as the original equipment manufacturer (OEM) and proprietary drawing owner.
Key requirements include:
- Adherence to ASTM-D-3951 for packaging and marking.
- Provision of supply chain traceability documentation, including manufacturer, part number, and intermediaries.
- Compliance with Vendor Shipment Module (VSM) for shipping documentation.
- NIST SP 800-171 implementation is required unless items are Commercial Off The Shelf (COTS) and identified as such to the Contracting Officer.
- Deliveries must pass through the base Truck Inspection Station, and offerors may need a Defense Biometric Identification System (DBIDS) credential for base access.
Contract Details
- Contract Type: Solicitation for commercial products and services.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Payment: Via Wide Area Work Flow (WAWF).
- Inspection: Level 4, with a 4-7 day inspection period.
- FOB: Destination BREMERTON, WA.
- Estimated Value: An internal sole source justification estimates the procurement between $15K-$350K.
Submission & Evaluation
Quotes must be submitted electronically via SAM.gov. Required submission details include:
- Contractor's information and CAGE code (Page 1 BLK 17a).
- Contractor's Point of Contact (Section A.A1-1).
- Quote details (Section B).
- Manufacturer's Name, Address, and Country of Manufacturing (Section B.K21).
- Lead Time and/or Delivery Date (Section F).
- Applicable boxes checked in Section K. - 52.204-24 (d)(1) and (2).
- Signed Page 1 (boxes 30 a, b, and c) and acknowledgment of box 28.
- A signed and completed solicitation and amendment must be submitted for the bid to be deemed responsive.
Proposals will be evaluated based on technical acceptability, price, and past performance. Award will be made to the technically acceptable quote/offer most advantageous to the Government.
Key Dates
- Solicitation Published: February 20, 2026
- Quotes Due: Monday, February 23, 2026, by 2 PM PST
Contact Information
For inquiries, contact KAREN CRESWELL at KAREN.CRESWELL@DLA.MIL or 385-591-0040.