Opportunity

SAM #SPMYM4-26-Q-3299

DLA Maritime - Pearl Harbor Solicitation for Connector, Receptacle Assembly

Buyer

DLA Maritime Pearl Harbor

Posted

April 14, 2026

Respond By

April 16, 2026

Identifier

SPMYM4-26-Q-3299

NAICS

335931, 334417

This opportunity from DLA Maritime - Pearl Harbor seeks small business quotations for specialized connector assemblies for military use. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor - Products/Services Requested: - Connector, Receptacle Assembly (7-pin insert, half-moon, plasma coated, no cable) - Part Number: M24231/13-003 (MOD SYMBOL 1324) - Drawing: 5940915C - Specification: MIL-DTL-24231, MIL-DTL-24231E, MIL-DTL-24231/13E(SH) - Quantity: 2 units - Unique/Notable Requirements: - First article testing required (waivable for previously qualified vendors) - Must provide descriptive literature to demonstrate technical compliance - Country of origin must be listed for each line item - Set aside for small businesses - Delivery Location: - Pearl Harbor, Hawaii - No OEMs are explicitly named; procurement is based on military specifications and part numbers.

Description

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 SPMYM4-26-Q-3299. 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 https://www.acquisition.gov/content/list-sections-affected http://www.acq.osd.mil/dpap/dars/change_notices.html

The FSC Code is 5935 and the NAICS code is 335931. 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.

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                                                       Qty/Unit

0001                                                                            2 Ea

CONNECTOR,RECEPTACLE SPECIAL CONNECTOR ASSEMBLY, RECEPTACLE FOR MOLDED PLUG, DWG 5940915C, MIL-DTL-24231, P/N M24231/13-003SYMBOL 737.9 (MOD SYMBOL 1324), WITH PLASMACOATING, 7 PIN INSERT, HALF-MOON, NO CABLE. ORDERING DATA: A) CONNECTORS, PLUGS, RECEPTACLES, ADAPTERS, HULL INSERTS, AND HULL INSERT PLUGS, PRESSURE-PROOF, GENERAL SPECIFICATIONS FOR; MIL-DTL- 24231E DTD 26APR2013 W/SUPP-1 DTD 26APR2013; SPECIFICATION SHEET: CONNECTORS, RECEPTACLE, MULTIPIN, TYPE V, SEVEN- AND NINE-CONDUCTOR; MIL-DTL- 24231/13E(SH) DTD 26APR2013. B) M24231/13-003, (MOD SYMBOL 1324). C) TYPE V. D) FIRST ARTICLE REQUIRED. FIRST ARTICLE TESTING MAY WE WAIVED IF PURCHASED FROM PREVIOUSLY QUALIFIED VENDOR. E) N/A. F) THRU J) AS SPECIFIED. K) REQUIRED. L) REQUIRED PER PARA 4.3.1 & TABLE I. M) N/A. N) LEVEL C. O) THRU Q) N/A. ADDITIONAL REQUIREMENT: TESTING SHALL BE PERFORMED IAW PARA 4.5.12.1 OF SPEC. Pricing Arrangement: Firm Fixed Price

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.

52.223-3, Hazardous Material Identification and Material Safety Data

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

52.204-27 Prohibition on a ByteDance Covered Application

52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition

52.222-3 Convict Labor

52.222-19 Child Labor

52.223-11 Ozone Depleting Substances

52.225-1 Buy American-Supplies

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

252.225-7001 Buy American and Balance of Payments Program

252.225-7002 Qualifying Country Sources as Subcontractors

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)

E08 First Article Testing Requirement (APRIL 2025)

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

YM4 L331 REVIEW OF AGENCY PROTESTS

Quoters are reminded to include a completed copy of 52.212-3 and its ALT I if not updated in SAM.

This announcement will close 16 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/.

If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided.

Please submit quotations via email at Quincey.Dillenback.civ@us.navy.mil

ESTIMATED DELIVERY: ___________________ WEEK(S)

Please review and return your quote with the following information:

QUOTING AS MANUFACTURER? Yes __   No __

QUOTING AS: __ AUTHORIZED DISTRIBUTOR   or   __ THIRD PARTY DEALER

Name of Quoted Manufacturer ___________________     MFG SIZE:

SB __   LG __

All quotes shall include price(s), FOB Destination, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC)* or Wide Area Workflow (WAWF). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Please note, if selecting GPC, the Government does NOT utilize third party payment entities (Zelle, Venmo, Paypal, etc.) Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

*If selecting GPC as the preferred method of payment, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF.

******* END OF COMBINED SYNOPSIS/SOLICITATION ********

View original listing