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 quotes for Transceiver/Transponder units under a Firm Fixed-Price contract. This acquisition is a Total Small Business Set-Aside. The required items include an Acoustic Transceiver, a push-off release Transponder, and a Spares Kit. Quotes are due by March 19, 2026, at 02:00 PM (local time).
Scope of Work
This solicitation seeks specific Transceiver/Transponder units to meet operational requirements. Key items include:
- Acoustic Transceiver: Portable, water-resistant, 120V/60Hz or battery operated, 7-40 KHz ranging, 1-mile minimum range, +/- 1.6 ft accuracy, 50 ft cable, 1000 ft operating depth, omni-directional.
- Transponder: Low frequency, small diameter, 1-mile minimum range, +/- 1.6 ft accuracy, omni-directional, 1-year battery life (double A or 9-volt), small, lightweight, easy to mount.
- Spares Kit: Includes O-rings, nylon shoulder washer, nylon screw, and closure strip.
Contract & Timeline
- Type: Firm Fixed-Price
- Estimated Value: Over $15,000.00
- Set-Aside: Total Small Business (NAICS 334515, 750 employees size standard)
- Published Date: March 18, 2026
- Response Due: March 19, 2026, 02:00 PM (local time)
- Place of Performance: Bremerton, WA
Submission Requirements
Quotes must be submitted electronically via SAM.gov or email to jack.edwards@dla.mil. To be considered responsive, the solicitation packet must be completed in its entirety and include:
- Box 17A filled out, and page 1 boxes 30 a, b, and c signed.
- Contractor's CAGE code.
- Quote FOB Destination Bremerton, WA.
- Annotated lead time.
- Manufacturer name and country of manufacturing.
- Detailed specifications for any equivalent items quoted.
- Applicable boxes checked in clause 52.204-24 (2)(d) (1) and (2).
Compliance Notes
- Contractors (awardees) may be required to implement NIST SP 800-171 as detailed in DFARS 252.204-7019, requiring a current assessment (not more than 3 years old).
- Commercial Off The Shelf (COTS) items are exempt from NIST SP 800-171, but must be identified and information provided to the contracting officer during the solicitation period.
- IUID requirements apply to delivered items.
- Contractors must obtain a DBIDS credential for base access.
Contact Information
For questions, contact JACK EDWARDS at JACK.EDWARDS@DLA.MIL or 360-813-9577.