CABLE ASSEMBLY, POWE
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 - Pearl Harbor is soliciting proposals for OUTBOARD MOLDED PLUG ASSEMBLIES, 90 DEGREE (ANODE). This requirement is a Total Small Business Set-Aside for the procurement of 19 units of specific cable assemblies. Quotations are due by April 14, 2026, at 10:00 AM UTC.
Scope of Work
This solicitation, SPMYM4-26-Q-3289, seeks 19 each of OUTBOARD MOLDED PLUG ASSEMBLIES, 90 DEGREE (ANODE). The assemblies must conform to NAVSEA DWG 5792287 ASSEMBLY 502 (MOD 5), with modifications per NAVSEA DRAWING 415-7285181 (H535-0510). Key specifications include a minimum cable length of 150 feet and specific part numbers: P/N 1150896-114; EBPN 19-87-3222MOD5. All items must be free of mercury compounds, and contractors must provide DoD unique identification and supply chain traceability documentation.
Contract Details
- Type: Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335931
- Size Standard: 600 employees
- Estimated Cost: $190,000 (as per Brand Name Justification)
- Required Delivery Date: September 30, 2026 (as per Brand Name Justification)
Submission & Evaluation
Offerors must submit the completed Solicitation No. SPMYM4-26-Q-3289 and their company quote via email to the Contracting Specialist. If not using SF 1449, a statement confirming agreement with all solicitation terms is required. Quotations will be evaluated based on Technical Acceptability, Delivery, and Price. Technical acceptability requires meeting all solicitation requirements, price will be evaluated for reasonableness, and delivery must meet the Required Delivery Date (RDD) or propose the nearest alternative. Award will be made to the responsible offeror whose proposal is most advantageous to the Government.
Key Considerations
This requirement specifies alternate parts are not acceptable. A Brand Name Justification indicates a preference for products from Teledyne or Seacon Brantner due to quality and specific modification requirements, citing risks with non-approved sources. Vendors must ensure their quoted price includes all performance costs. Failure to accept the purchase order at the quoted price may result in non-responsiveness.
Contact Information
All questions must be submitted electronically to Ms. Wongduean Guajardo at wongduean.a.guajardo.civ@us.navy.mil.