TRANSCEIVER /TRANSPONDER
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 proposals for Transceiver/Transponder units to be delivered to Bremerton, WA. This is a Total Small Business Set-Aside opportunity for the acquisition of specialized electronic measuring and testing instruments. Offers are due March 13, 2026, at 11:00 AM local time.
Scope of Work
This solicitation requires the acquisition of specific Transceiver/Transponder units and a Spares Kit.
- Acoustic Transceiver: Must be portable, water-resistant, operate on 120V, 60 Hz power or batteries, transmit all commands, have a ranging mode between 7.0 & 40 KHz (5 KHz increments), a minimum range of 1 mile, range accuracy of +/- 1.6 ft, an acoustic/ranging transducer with a minimum of 50 ft of cable, an operating depth of at least 1000 ft, and be omni-directional.
- Transponder: Must be a push-off release type (low frequency, small diameter) with a minimum 1-mile range, range accuracy of +/- 1.6 ft, omni-directional, operate for 1 year on double A or 9-volt batteries, and be small, lightweight, and easy to mount.
- Spares Kit: Includes O-rings, a nylon shoulder washer, nylon screw, and a closure strip.
Contract & Timeline
- Type: Solicitation for a Firm Fixed Price contract.
- Estimated Value: Over $15,000.00.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 334515 (750 employees size standard).
- Offer Due: March 13, 2026, at 11:00 AM local time (Bremerton, WA).
- Published: March 11, 2026.
Submission & Evaluation
Electronic submission of quotes is available through the SAM.gov website. To be considered responsive, the solicitation packet must be completed in its entirety and returned by the closing date. Key submission requirements include:
- Completing box 17A, reading box 28, and signing page 1 boxes 30 a, b, and c.
- Providing your CAGE code.
- Quoting FOB Destination Bremerton, WA.
- Annotating lead time.
- Annotating the name of the manufacturer and product's country of manufacturing.
- Submitting a signed and completed solicitation via email to jack.edwards@dla.mil or fax to 3604764121. Offerors quoting equivalent items must submit detailed specifications; bids without specifications will be non-responsive. The solicitation incorporates FAR clauses 52.212-1, 52.212-4, and potentially 52.212-5. Payment will be made via Wide Area Work Flow (WAWF). Ensure applicable boxes in clause 52.204-24 (2)(d) (1) and (2) are checked.
Additional Notes
Contractors awarded this opportunity may be required to implement NIST SP 800-171 unless items are deemed Commercial Off The Shelf (COTS). COTS items are exempt, but must be identified to the contracting officer during the bid period. Contractors must obtain a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station. Item Unique Identification and Valuation (IUID) requirements apply to delivered items.