TAA COMPLIANT PUSH TO TALK USB HEADS

SOL #: SPMYM226Q5877SolicitationSole 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

Audio and Video Equipment Manufacturing (334310)

PSC

Headsets, Handsets, Microphones And Speakers (5965)

Set Aside

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

Timeline

1
Posted
Mar 24, 2026
2
Submission Deadline
Mar 25, 2026, 9:00 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 DLA MARITIME PUGET SOUND intends to procure TAA Compliant Push-to-Talk USB Heads, specifically sole-sourced to DATALOCKER INC. This acquisition is a 100% Small Business Set-Aside and will result in a firm fixed-price supply contract. Proposals are due March 25, 2026.

Scope of Work

  • Item: TAA Compliant Push-to-Talk USB Heads with Quick Disconnect.
  • Manufacturer Part Number: AT1000HS-PTT-QD-G.
  • Quantity: 250 Each.
  • Delivery: FOB Destination to Puget Sound Naval Shipyard, Bremerton, WA.

Contract & Timeline

  • Type: Firm Fixed-Price Supply Contract.
  • Set-Aside: 100% Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 334310 (Size Standard: 750 employees).
  • Product Service Code (PSC): 5965 (Headsets, Handsets, Microphones And Speakers).
  • Proposal Due: March 25, 2026, 02:00 PM (Pacific Time).
  • Published: March 24, 2026.

Submission & Evaluation

Offerors must submit proposals electronically and ensure:

  • Completion of pricing for each CLIN.
  • Provision of CAGE code.
  • Completion of all representations and certifications.
  • Provision of manufacturer information for proposed items.
  • Return of all pages of the completed original solicitation package, signed.
  • Current registration in SAM.gov.
  • Inclusion of lead time for delivery (FOB destination).

For award consideration, if the contractor is required to implement NIST SP 800-171, a current assessment (not more than 3 years old) is required per DFARS 252.204-7019. Items deemed Commercial Off The Shelf (COTS) are exempt, but must be identified to the contracting officer during the solicitation period.

Additional Notes

  • All questions must be submitted via email to naomi.larson@dla.mil.
  • Offerors are responsible for downloading the RFQ and monitoring the site for amendments.
  • Awardee must obtain a Defense Biometric Identification System (DBIDS) credential for base access.
  • All deliveries must pass through the base Truck Inspection Station.
  • Specific clauses regarding supply chain traceability, vendor shipment module, packaging, marking, and item unique identification are included.

People

Points of Contact

NAOMI LARSONPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 24, 2026
TAA COMPLIANT PUSH TO TALK USB HEADS | GovScope