SWEEP FREQUENCY RESPONSE TEST

SOL #: SPMYM226Q5515Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

Sound Recording And Reproducing Equipment (5835)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Feb 10, 2026
3
Submission Deadline
Feb 7, 2026, 12:00 AM

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 proposals for a M5500 SWEEP FREQUENCY RESPONSE TEST ANALYZER for performance in Bremerton, WA. This acquisition is a Total Small Business Set-Aside. Offers are due by February 6, 2026, at 04:00 PM.

Scope of Work

This solicitation requires the provision of one (1) unit of the M5500 SWEEP FREQUENCY RESPONSE TEST ANALYZER, manufactured by DOBLE ENGINEERING COMPANY. The item must include Unique Item Identification (IUID) tagging. Delivery is required by February 18, 2026.

Contract & Timeline

  • Type: Solicitation (likely Firm Fixed Price)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Offers Due: February 6, 2026, at 04:00 PM
  • Delivery Required By: February 18, 2026
  • Published: February 5, 2026

Submission & Evaluation

Proposals will be evaluated based on technical acceptability, past performance, and price. Technical acceptability requires meeting or exceeding specifications and delivery requirements. Past performance will be assessed using the Supplier Performance Risk System (SPRS) and other sources. The Government intends to make a single award to the most advantageous offeror.

Key Submission Requirements:

  • Electronic submission of quotes via SAM.gov.
  • A signed and completed solicitation must be submitted via email to rosalie.aranzanso@dla.mil.
  • Ensure applicable boxes in Clause 52.204-24 (2)(d) (1) and (2) are checked.
  • Provide the Manufacturer's name and Country of Origin.
  • Provide the lead time.
  • Incomplete solicitations or quotes with un-returned solicitations will not be considered.
  • Late bids will not be considered.

NIST SP 800-171 Requirement:

  • Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019.
  • Commercial Off The Shelf (COTS) items are exempt from NIST SP 800-171; bidders must identify and provide information to the contracting officer during the solicitation period if proposing COTS.

Additional Notes

The solicitation incorporates FAR clauses by reference, including those related to commercial products and services, inspection, acceptance, and payment via Wide Area WorkFlow (WAWF). Specific requirements for base access (DBIDS credential) and liability insurance are detailed in the solicitation. Packaging and marking must comply with ASTM-D-3951. A Sole Source Justification is attached, indicating the item's criticality for system compatibility.

People

Points of Contact

ROSALIE ARANZANSOPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Feb 10, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 5, 2026
SWEEP FREQUENCY RESPONSE TEST | GovScope