Opportunity

SAM #SPMYM426Q3320

DLA Maritime - Pearl Harbor Sole Source Procurement of Teledyne D.G. O'Brian Cable Assemblies

Buyer

DLA Maritime Pearl Harbor

Posted

April 20, 2026

Respond By

April 23, 2026

Identifier

SPMYM426Q3320

NAICS

335921, 335929, 335931, 335999

The Defense Logistics Agency (DLA) Maritime - Pearl Harbor is seeking to procure specialized cable assemblies for use at the Pearl Harbor Naval Shipyard. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor, Weapons Support Office - OEM Highlight: - Teledyne D.G. O'Brian is the sole source manufacturer for these cable assemblies - No substitutions or alternate manufacturers will be accepted - Products Requested: - Cable Assembly, Power Pressure Proof Plug Assembly, Outboard, 4 Cable, MBT Reference Cell (EHP End) - Part Number: 1155433-112 (3 units total requested across two line items) - Each assembly must have a minimum of 150 feet of DSS-4(MOD) cable per leg - Must comply with EB4211/16 sheets 12-15 for EB4211/16-200B - Traceability documentation and technical specification sheets required with quotes - Procurement Details: - Total Small Business Set Aside - Evaluation will be on a Lowest Price Technically Acceptable (LPTA) basis - Delivery Location: - Pearl Harbor Naval Shipyard IMF, 667 Safeguard Street, Bldg 167-1 RECV, Pearl Harbor, HI 96860-5033 - Notable Requirements: - Only Teledyne D.G. O'Brian cable assemblies meeting the exact specifications will be considered - Offerors must provide proof of traceability to the OEM and detailed technical documentation

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 SPMYM426Q3320. 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 these addresses:

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 5995 and the NAICS code is 335931. The Small Business Standard is 600 employees. This requirement is being processed utilizing Total 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 TELEDYNE D.G. O'BRIAN due to specific changes and requirements for material. This will prevent wrong material orders that can cause a work stoppage. 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. A technical spec sheet and proof of traceability are required to be sent with the quote. 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:

ITEM QTY U/I UNIT PRICE TOTAL PRICE 0001 2 EA _______ _______

DESCRIPTION

CABLE ASSEMBLY, POWER PRESSURE PROOF PLUG ASSY, OUTBOARD, 4 CABLE, MBT REF CELL (EHP END) CABLE LENGTHS SHALL BE 150 FEET (MINIMUM) OF DSS-4(MOD) FOR EACH LEG. EB4211/16 SHEETS 12-15 APPLY FOR EB4211/16-200B. P/N: 1155433-112; EBPN 19-87-7054D

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 52.209-5, Certification Regarding Responsibility Matters (OVER SAT) 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-16, Variation in Quantity (WHEN A VARIANCE EXISTS) 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 (OVER 10K) 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement: 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 52.209-6, 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 52.225-1, Buy American-Supplies 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 52.247-64, Preference for Privately Owned US-Flag Commercial Vessels 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 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013) 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. 252.204-7019, See Attachment for this provision. 252.204-7020, NIST SP 800-171 DoD Assessment Requirements 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. 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions See Attachment for Full Text 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) G01 Additional Wide Area Workflow (WAWF) Information (AUG 2017) 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 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 April 22nd 2026 2:00PM HST. The Point of Contact for this solicitation is Kailie Thomas, reachable at kailie.m.thomas.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. VALIDITY: UNTIL ________________ Include shipping in the unit price of the item. We need FOB Destination to the address below: PEARL HARBOR NAVAL SHIPYARD IMF 667 SAFEGUARD STREET, BLDG 167-1 RECV PEARL HARBOR, HI 96860-5033 UNITED STATES 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 SAM CAGE CODE: _____________ DUNS #: ______________ TIN #: _______________ Please submit quotations via email at kailie.m.thomas.civ@us.navy.mil. All quotes shall include price(s), FOB point, 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. 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 GCPC 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