Opportunity
SAM #SPMYM426Q3321
DLA Maritime - Pearl Harbor Solicits Leidos Brand Cable Assemblies (24 Units)
Buyer
DLA Maritime Pearl Harbor
Posted
April 20, 2026
Respond By
April 22, 2026
Identifier
SPMYM426Q3321
NAICS
335311, 335921, 335929
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, Pearl Harbor Naval Shipyard IMF - OEMs and Vendors: - Leidos (brand name mandatory) - Products/Services Requested: - Leidos Cable Assembly, Type H, Non-Pressure Hull ICCP, 150 FT - Part Number: BW3-1A09980-501 - EBPN: 19-87-0301D - Quantity: 24 units (6 units per line item, 4 line items) - Unique or Notable Requirements: - Brand name mandatory to Leidos; no substitutes or alternatives accepted - Offerors must provide descriptive literature, technical specification sheets, and proof of traceability to Leidos - Compliance with country of origin listing for each line item - Total Small Business Set Aside; evaluation by Lowest Price Technically Acceptable (LPTA) - Delivery required to Pearl Harbor Naval Shipyard IMF - Place of Performance/Delivery: - Pearl Harbor Naval Shipyard IMF, 667 Safeguard Street, Bldg 167-1 RECV, Pearl Harbor, HI 96860-5033
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 SPMYM426Q3321. 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 6150 and the NAICS code is 335311. The Small Business Standard is 800 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 brand name mandatory to LEIDOS 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/or proof of traceability are required to be sent with 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 6 EA ______ ______
DESCRIPTION CABLE ASSEMBLY, SPEC CABLE ASSY, TYPE H, NON-PRESSURE HULL ICCP, 150 FT, PN: BW3-1A09980-501 EBPN 19-87-0301D MBT NPH REF CELLS/ANODES
ITEM QTY U/I UNIT PRICE TOTAL PRICE 0002 6 EA ______ ______
DESCRIPTION CABLE ASSEMBLY, SPEC CABLE ASSY, TYPE H, NON-PRESSURE HULL ICCP, 150 FT, PN: BW3-1A09980-501 EBPN 19-87-0301D MBT NPH REF CELLS/ANODES
ITEM QTY U/I UNIT PRICE TOTAL PRICE 0003 6 EA ______ ______
DESCRIPTION CABLE ASSEMBLY, SPEC CABLE ASSY, TYPE H, NON-PRESSURE HULL ICCP, 150 FT, PN: BW3-1A09980-501 EBPN 19-87-0301D MBT NPH REF CELLS/ANODES
ITEM QTY U/I UNIT PRICE TOTAL PRICE 0004 6 EA ______ ______
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
Additional clauses and provisions follow in the original document, including DFARS, DLAD, and local clauses, which are available in full upon request or in the attached documentation.