SWEEP FREQUENCY RESPONSE TEST

SOL #: SPMYM226Q5515SolicitationSole Source

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 11, 2026, 8:00 PM

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 a M5500 SWEEP FREQUENCY RESPONSE ANALYZER. This acquisition is a Total Small Business Set-Aside and requires the delivery of one unit by February 18, 2026. Quotes are due February 11, 2026, at 12:00 PM (local time).

Scope of Work

The primary requirement is for one (1) 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. This item is critical for system compatibility, as indicated by an attached Sole Source Justification.

Contract & Timeline

  • Type: Solicitation (RFQ/RFP)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5835 (Sound Recording And Reproducing Equipment)
  • Response Due: February 11, 2026, at 12:00 PM (local time)
  • Published Date: February 10, 2026 (Amendment published)

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 offeror whose proposal is most advantageous.

Submission Requirements

  • Electronic submission is available through SAM.gov.
  • A signed and completed solicitation must be submitted via email to be deemed responsive. Incomplete solicitations or quotes with un-returned solicitations will not be considered.
  • Offerors must check applicable boxes in FAR Clause 52.204-24 (2)(d) (1) and (2).
  • Provide the manufacturer's name and country of origin.
  • Provide the lead time.
  • NIST SP 800-171: If required, contractors must have a current assessment (not more than 3 years old). Items deemed Commercial Off The Shelf (COTS) are exempt, but must be identified to the contracting officer during the solicitation period.
  • Late bids will not be considered.

Contact Information

People

Points of Contact

ROSALIE ARANZANSOPRIMARY

Files

Files

Download
Download

Versions

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