TRANSCEIVER /TRANSPONDER

SOL #: SPMYM226Q5790Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

Electrical And Electronic Properties Measuring And Testing Instruments (6625)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 11, 2026
2
Last Updated
Mar 21, 2026
3
Submission Deadline
Mar 19, 2026, 9:00 PM

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.

People

Points of Contact

JACK EDWARDSPRIMARY

Files

Files

Download

Versions

Version 3
Award Notice
Posted: Mar 21, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 18, 2026
Version 1
Solicitation
Posted: Mar 11, 2026
View
TRANSCEIVER /TRANSPONDER | GovScope