WATTEREDGE INC BRAND NAMED MATERIAL FLEXIBLE BUSBAR ASSY
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 DLA Maritime - Portsmouth is soliciting quotations for Watteredge Inc. Brand Name Flexible Busbar Assemblies for the Portsmouth Naval Shipyard. This is a Total Small Business Set-Aside opportunity, and award will be based on the Lowest Price Technically Acceptable (LPTA) evaluation. Quotations are due by March 4, 2026, at 2:00 PM ET.
Scope of Work
This requirement is for the direct replacement of existing busbars in a battery system, making the Watteredge, Inc. brand mandatory. The solicitation seeks:
- 32 EA Flexible Bus Bar Assy W/ THERMISTOR HOLE: Reference P/N 7525916-43 for S/A 4348K, manufactured to RLAR PYR-18329 DTL 44-5A on sheet 44, with specific silver plating, marking, plastisol, and thermistor hole requirements.
- 32 EA Flexible Bus Bar Assy: Reference P/N 7525916-41 for S/A 4348K, manufactured to RLAR PYR-18329 DTL 42-5A on sheet 42, with specific silver plating, marking, and plastisol requirements.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q6029)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 335311 (Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers) with an 800-employee small business standard.
- FSC Code: 6150 (Miscellaneous Electric Power And Distribution Equipment)
- Response Due: March 4, 2026, 2:00 PM ET
- Published Date: February 25, 2026
Evaluation Factors
Award will be made to the lowest priced, technically acceptable offer. Key evaluation criteria include:
- Technical Acceptability: Requires submission of descriptive literature demonstrating compliance with specifications, proof of traceability, and the completed RFQ 26Q6029 (found in attachments).
- Responsibility: Vendors will be screened in accordance with FAR 9.104, utilizing PPIRS.
- Delivery Date: As this is urgent material, the proposed delivery date will be a significant factor.
- Brand Name: Only Watteredge, Inc. products will be considered.
Submission Requirements
Offerors must be registered in SAM.gov. Quotations must be submitted via email to jannell.moriarty@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL. Submissions must include:
- Price(s), FOB point, Cage Code, point of contact, name and phone number.
- GSA contract number (if applicable), business size under the NAICS Code.
- Preferred payment method (Government Commercial Purchase Card or Wide Area Workflow).
- Completed provisions 252.204-7016, 252.204-7019, and 52.212-3 (and ALT I if not updated in SAM).
- If not the manufacturer, provide the manufacturer's name, location, and business size.
Important Clauses
Bidders must review and comply with numerous FAR, DFARS, DLAD, and Local clauses, including those related to telecommunications restrictions, supply chain security, NIST SP 800-171 cybersecurity requirements, small business representations, and WAWF payment instructions. Failure to comply may impact offer eligibility.