TESSY PARTS AND OTHER COMPONENTS
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) Weapons System at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for TESSY PARTS AND OTHER COMPONENTS. This acquisition is Brand Name Specific for items manufactured by RB ALLEN CO INC and Edwards, and will be evaluated using Lowest Price Technically Acceptable (LPTA) factors. This is a Total Small Business Set-Aside. The solicitation, SPMYM126Q4071, is expected to be available on or about May 8, 2026, with quotes due by 3:00 PM EST on May 14, 2026.
Scope of Work
The requirement is for commercial items including:
- TESSy PANEL iO1000R CONTROL PANEL with 2 iOSDC2 Class A Loops, SA-232, and 6' standard TESSy cables (QTY 2)
- Various lengths of 16/s SHIELDED TESSy CABLE COMPLETE ASSEMBLY (20', 30', 40', 50', 100', 200')
- TESSy DETECTOR BOX COMPLETE ASSEMBLY with red plate and Iso Base (QTY 150)
- EDWARDS INTELLIGENT MULTI-CRITERIA OPTICAL SMOKE/HEAT DET (QTY 150)
All TESSy items are specified as Part Numbers TESSy-04-IO, TESSy-16-2S-XXX, and TESSy-22-WBB-IB, manufactured by RB ALLEN CO INC. The smoke/heat detector is Part Number SIGA OSHD.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Single Award Contract
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 335931 (Current-Carrying Wiring Device Manufacturing), Size Standard: 600 employees
- Product Service Code: 5995 (Cable, Cord, And Wire Assemblies: Communication Equipment)
- Solicitation Number: SPMYM126Q4071
- Solicitation Availability: On or about May 8, 2026, on SAM.gov
- Quotes Due: May 14, 2026, by 3:00 PM EST
- Anticipated Delivery: 5 weeks from Date of Award
- Place of Performance: Portsmouth, VA
Evaluation
Award will be based on Lowest Price Technically Acceptable (LPTA) evaluation factors. The requirement is Brand Name Specific. Evaluation criteria include Technical capability, Price, and Past Performance (Supplier Performance Risk System).
Additional Notes
Offerors must be registered in the System for Award Management (SAM) database prior to award. All questions should be submitted via email to Shawnta Wells at shawnta.wells@dla.mil, including the solicitation number SPMYM126Q4071 in the subject line. No telephone or FAX requests will be accepted.