TRANSFORMER
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 Norfolk at Norfolk Naval Shipyard (NNSY), VA, has issued an Urgent Combined Synopsis/Solicitation (SPMYM126Q4075) for commercial items, specifically a TRANSFORMER and related electrical components. This opportunity is a Total Small Business Set-Aside and requires expedited delivery. Responses are due by May 21, 2026, at 12:00 am EST.
Scope of Work
DLA Maritime Norfolk seeks qualified sources to provide the following items:
- TRANSFORMER (P/N: 240,120CT-316SS-N4X-CU) - 1 EA
- DISCONNECT ENCLOSURE (P/N: A36H4812WFSSLP3PT) - 1 EA
- NEMA4X SS ENCLOSURE (P/N: A20H1610SS6LP) - 1 EA
- WIRE (P/N: 3/0-012KVDLO) - 500 FT
- WIRE (P/N: USE-RHH-RHW-3/0-BLK-STR-CU500R) - 250 FT Detailed specifications for the 112.5 kVA 3-phase DOE Efficiency Transformer, including its NEMA Type 4X, 316 Stainless Steel enclosure, copper winding, and marine rating, are provided in the attached documents. Expedited delivery is a mandatory requirement to Portsmouth, VA.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (FAR Part 13, Simplified Acquisition Procedures)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 3345311 (Coils And Transformers)
- PSC Code: 5950 (Coils And Transformers)
- Quote Validity: Minimum 60 calendar days required.
- Response Due: May 21, 2026, 12:00 am EST
- Questions Due: May 18, 2026, 12:00 pm EST
- Published Date: May 15, 2026
Evaluation Factors
Award will be made to the responsible offeror whose offer is most advantageous to the Government, based on Expedited Delivery and Lower Price Technically Acceptable. The primary evaluation factors, in descending order of importance, are:
- Technical capability of the item offered to meet Government requirements.
- Delivery.
- Price. Technical and Delivery, when combined, are substantially more significant than all other factors. Supplier Performance Risk System (SPRS) and Federal Awardee Performance and Integrity Information System (FAPPIS) will be reviewed.
Submission Requirements
Quotes must be submitted in Microsoft Word, Excel, or Adobe PDF format to ginger.beasley@dla.mil. Required content includes:
- Price(s) for each CLIN.
- Point of contact (name and phone number).
- Business size, CAGE Code, and payment terms.
- Shipping Terms: FOB Destination.
- A detailed (unpriced) capabilities statement for technical review, including lead time for each item and specifications as per Ordering Data. Vendors must be registered in the System for Award Management (SAM) database (http://sam.gov/) to be considered for award and provide unique item identification as per DFARS 252.211-7003.
Contact Information
For questions, contact Ginger Beasley at ginger.beasley@dla.mil or 757-278-5001.