TEST LEAD BLACK
SOL #: SPMYM226Q7179Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States
Place of Performance
Bremerton, WA
NAICS
All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)
PSC
Miscellaneous Electrical And Electronic Components (5999)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
May 6, 2026
2
Submission Deadline
May 7, 2026, 1:00 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 DLA MARITIME PUGET SOUND is soliciting proposals for TEST LEAD BLACK and TEST LEAD RED under a 100% Total Small Business Set-Aside. This is a Firm Fixed-Price supply contract for FOB Destination delivery to Bremerton, WA. Offers are due by May 7, 2026.
Scope of Work
The solicitation (SPMYM226Q7179) requires the procurement of:
- TEST LEAD BLACK: 300 units, 60" length, 10AWG, stackable-retractile banana ends. Part Number: BUS2323-10-60-0. Color: Black.
- TEST LEAD RED: 300 units, 36" length, 10AWG, stackable-retractile banana ends. Part Number: BUS2323-10-60-2. Color: Red. Both items require specific labeling: ATTN. KRYSTAL BROWN FOR: S/51 GF, C. PICARD. Items must be manufactured in accordance with material specifications.
Contract & Timeline
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335999 (Size Standard: 600 employees)
- Delivery: FOB Destination to Puget Sound Naval Shipyard IMF, Bremerton, WA 98314-5001.
- Delivery Required By: May 18, 2026
- Offers Due: May 7, 2026
- Published: May 6, 2026
Submission Requirements
To be deemed responsive, offers must:
- Complete and sign the solicitation (Box 17A, Box 28, Boxes 30 a, b, c on page 1).
- Provide CAGE CODE and FACILITY CAGE CODE.
- State company size (SMALL or LARGE Business).
- Indicate if material is a Commercial Item and/or Commercial-Off-The-Shelf (COTS).
- Annotate LEAD TIME and/or delivery date.
- Complete pricing for each CLIN, quoted as FOB Destination Bremerton, WA.
- Annotate manufacturer's name and CAGE code, and product's country of manufacturing.
- Provide part number (P/N) for each CLIN.
- Submit manufacturer's specification sheets (copied/pasted not accepted).
- Provide redacted quote and email from the manufacturer/distributor.
- Complete all representations and certifications.
- Return all pages of the completed original solicitation package.
- Ensure current registration in SAM.gov.
Evaluation
Award will be based on evaluation factors including Technical, Price, and Performance. Payment will be made via Wide Area Work Flow (WAWF). Inspection Level: QA 4 - 7 days inspection.
Additional Notes
- If the contractor is required to implement NIST SP 800-171, a current assessment (not more than 3 years old) is needed per DFARS 252.204-7019. COTS items are exempt from this requirement, but must be identified with information provided to the contracting officer.
- Contractors require a Defense Biometric Identification System (DBIDS) credential for base access. All deliveries must pass through the base Truck Inspection Station.
- Traceability to the manufacturer and part number is required if the offeror is not the manufacturer (e.g., letter from authorized dealer, copy of RFQ to approved source and quotation received).
People
Points of Contact
Vera AndersonPRIMARY
Files
Files
Versions
Version 1Viewing
Solicitation
Posted: May 6, 2026