Loading...
SPMYM426Q3298
Response Deadline
Apr 7, 2026, 10:00 PM(HST)2 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.gov. The RFQ number is SPMYM426Q3298. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 October 1, 2025, and DFARS Change Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address:
https://www.ecfr.gov and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html.
The FSC Code is 6150 and the NAICS code is 335999 The Small Business Standard is 600. This requirement is being processed utilizing 100% Small Business Set-Aside
Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104.
This requirement is sole sourced to LEIDOS due to LEIDOS (6Y128) IS THE ONLY APPROVED AND QUALIFIED VENDOR PER ICCP S/A 5004D SAR, AND HAS A HISTORY OF PROVIDING QUALITY PRODUCT TO PHNSY. Quotations received that represent a different manufacturer will not be considered for award.
Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. Failure to provide this information may result in your quotation being determined technically unacceptable.
DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing:
CLIN 0001:
CABLE ASSEMBLY,SPEC
CABLE ASSY, MBT ANODE ICCP, 100FT
PN: BR6-1A09982-501 111 Each
BR6-1A09982
EBPN: 19-87-0338DA
NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH
THEIR OFFER.
FAR CLAUSES AND PROVISIONS
52.204-7, System for Award Maintenance
52.204-9, Personal Identity Verification of Contractor Personnel
52.204-13, SAM Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-24* See Attachment for this provision
52.204-26* See Attachment for this provision
52.204-29 FASCSA Representation* See Attachment for this provision
52.211-14, Notice of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery of Excess Quantities
52.212-1, Instructions to Offerors - Commercial Products and Commercial Services
52.212-3, Offeror Reps and Certs - Commercial Products and Commercial Services
52.212-4, Contract Terms and Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) in lieu of clause at FAR 52.223-23.
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs
52.232-39, Unenforceability of Unauthorized Obligations
52.233-2 Service of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.O.B-Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.253-1, Computer Generated Forms
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.204-10 Reporting Executive Compensation
52.204-27 Prohibition on a ByteDance Covered Application
52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition
52.209-6 Protecting the Government's Interest
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.219-33 Nonmanufacturer Rule
52.222-3 Convict Labor
52.222-19 Child Labor
52.223-11 Ozone Depleting Substances
52.225-3 Buy American-Free Trade Agreements
52.225-13 Restriction on Certain Foreign Purchases
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by EFT-SAM
DFARS CLAUSES AND PROVISIONS
252.203-7000 Requirements Relating to Compensation of Former DoD Officials,
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003. Control of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training for Contractors.
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.204-7016, * See Attachment for this provision.
252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.
252.204-7024 Notice on the Use of the Supplier Performance Risk System
252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.
252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7048, Export Controlled Items
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
252.243-7002, Requests for Equitable Adjustment
252.244-7000, Subcontracts for Commercial Items
252.246-7008, Sources of Electronic Parts
252.247-7023, Transportation of Supplies By Sea
Note: Vendor shall list the country of origin for each line item.
DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text)
5452.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution
DLA PROCUREMENT NOTES (See Attachment for Full Text)
C01 Superseded Part Numbered Items (SEP 2016)
C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)
C03 Contractor Retention of Supply Chain Traceability Documentation (MAR 2023)
C04 Unused Former Government Surplus Property (DEC 2016)
C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017)
C20 Vendor Shipment Module (VSM) (AUG 2017)
E05 Product Verification Testing (JUN 2018)
L04 Offers for Part Numbered Items (SEP 2016)
L06 Agency Protests (DEC 2016)
L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations
L31 Additive Manufacturing (JUN 2018)
M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016)
M06 Evaluation of Offers for Part Numbered Items (SEP 2016
LOCAL CLAUSES (See Attachment for Full Text):
YM4 E7F754 CERTIFICATIONS REQUIRED WITH DELIVERY OF MATERIAL
YM4 L001 EUROPEAN UNION RESTRICTIONS REGARDING NONMANUFACTURED WOOD PACKAGING AND PALLETS
YM4 L003 UNIT PRICES
Quoters are reminded to include a completed copy of 52.212-3 and it’s ALT I if not updated in SAM.
This announcement will close 07 April 2026 at 12:00pm HST. The Point of Contact for this solicitation is Quincey Dillenback who can be reached at quincey.dillenback.civ@us.navy.mil. All responsible sources may submit a quote which shall be considered by the agency.
System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/.
DEPT OF DEFENSE
DEFENSE LOGISTICS AGENCY
DLA MARITIME
DLA MARITIME SHIPYARDS
DLA MARITIME - PEARL HARBOR
DLA MARITIME - PEARL HARBOR
COMPETITIVE SOURCING DIV (DLA-HMD)
667 SAFEGUARD ST SUITE 100
PEARL HARBOR, HI, 96860-5033
NAICS
All Other Miscellaneous Electrical Equipment and Component Manufacturing
PSC
MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)