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 under solicitation number SPMYM226Q5790. This acquisition is a Total Small Business Set-Aside and seeks to procure essential electronic measuring and testing instruments. An amendment has extended the proposal due date to March 19, 2026, at 02:00 PM (local time).
Scope of Work
The requirement includes the acquisition of:
- Acoustic Transceiver: Portable, water-resistant unit operating on 120V, 60 Hz or batteries. Must transmit all commands, have a ranging mode (7.0-40 KHz, 5 KHz increments), minimum 1-mile range, +/- 1.6 ft accuracy, acoustic/ranging transducer with 50 ft cable, 1000 ft operating depth, and be omni-directional.
- Transponder: Push-off release type (low frequency, small diameter) with minimum 1-mile range, +/- 1.6 ft accuracy, and omni-directional. Must operate for 1 year on double A or 9-volt batteries, be small, lightweight, and easy to mount.
- Spares Kit: Specific O-rings, nylon shoulder washer, nylon screw, and closure strip.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Estimated Value: Over $15,000.00
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334515 (Electrical And Electronic Properties Measuring And Testing Instruments)
- Size Standard: 750 employees
- Place of Performance: Bremerton, WA
Submission & Evaluation
Offerors quoting equivalent items must submit detailed specifications for evaluation; bids without specifications will be considered non-responsive. The solicitation incorporates FAR clauses 52.212-1, 52.212-4, and potentially 52.212-5. Payment will be processed via Wide Area Work Flow (WAWF).
Key Dates & Contact
- Offer Due Date: March 19, 2026, at 02:00 PM (local time)
- Solicitation Issue Date: March 11, 2026
- Primary Contact: JACK EDWARDS (JACK.EDWARDS@DLA.MIL, 360-813-9577)
Additional Notes
Contractors must obtain a Defense Biometric Identification System (DBIDS) credential for base access. All deliveries must pass through the base Truck Inspection Station. Item Unique Identification and Valuation (IUID) requirements apply to delivered items.