Opportunity
SAM #SPMYM426Q0076
DLA Maritime Pearl Harbor Solicitation for Teledyne D.G. O'Brien or Seacon Branter Power Cable Assemblies
Buyer
DLA Maritime Pearl Harbor
Posted
April 30, 2026
Respond By
May 03, 2026
Identifier
SPMYM426Q0076
NAICS
335931, 335999, 334417, 335929
The Defense Logistics Agency (DLA) Maritime - Pearl Harbor is seeking quotations for specialized power cable assemblies for use at Pearl Harbor Naval Shipyard. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor - Contract Specialist: Tehani Diaz Zelaya-Rios - OEMs (Original Equipment Manufacturers): - Teledyne D.G. O'Brien - Seacon Branter - Vendors must be approved and qualified per ICCP S/A 5004D SAR; only brand name products from the specified OEMs are accepted - Products/Services Requested: - Cable Assembly Power, outboard molded plug assembly, 90 degree (anode), minimum 150 feet in length - Part numbers: 1150896-114 and EBPN 19-87-3222MOD5 - Quantities: 6 units (P/N 1150896-114), 10 units (P/N EBPN 19-87-3222MOD5) - Must comply with NAVSEA DWG 5792287 ASSEMBLY 502 (MOD 5) and modifications per NAVSEA DRAWING 415-7285181 (H535-0510) - Unique/Notable Requirements: - Only one quote per vendor is allowed - Technical specification sheets and proof of traceability to the OEM are required with the quote - Only approved, qualified vendors will be considered; substitutions or alternate manufacturers are not permitted - Set aside for small businesses under NAICS 335931 - Place of Performance/Delivery: - Pearl Harbor Naval Shipyard IMF, 667 Safeguard Street, Bldg 167-1, Pearl Harbor, HI 96860-5033 - Delivery is required as soon as possible after award
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 SPMYM426QTBD. 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 address(s): 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 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. A technical spec sheet and proof of traceability are required to be sent with quote. Failure to provide this information may result in your quotation being determined technically unacceptable. Only one quote per vendor may be sent. DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing: Interested parties must fill out the required request for quote saved in the attachment section. This requirement is a brand name - Teledyne D.G. O’Brien or Seacon Branter ARE APPROVED AND QUALIFIED VENDORS PER ICCP S/A 5004D SAR. Quotations received that represent a different manufacturer will not be considered for award. ITEM DESCRIPTION QTYU/I 6EA 0001 CABLE ASSEMBLY CABLE ASSEMBLY POWER OUTBOARD MOLDED PLUG ASSEMBLY, 90 DEGREE (ANODE) IN ACCORDANCE WITH NAVSEA DWG 5792287 ASSEMBLY 502 (MOD 5). MODIFICATIONS ARE IN ACCORDANCE WITH NAVSEA DRAWING 415-7285181, (H535-0510). CABLE LENGTH OF COMPLETED ASSEMBLY SHALL BE 150 FEET (MINIMUM). P/N: 1150896-114; EBPN 19-87-3222MOD5 ITEM DESCRIPTION QTYU/I 10EA 0002 CABLE ASSEMBLY CABLE ASSEMBLY POWER OUTBOARD MOLDED PLUG ASSEMBLY, 90 DEGREE (ANODE) IN ACCORDANCE WITH NAVSEA DWG 5792287 ASSEMBLY 502 (MOD 5). MODIFICATIONS ARE IN ACCORDANCE WITH NAVSEA DRAWING 415-7285181, (H535-0510). CABLE LENGTH OF COMPLETED ASSEMBLY SHALL BE 150 FEET (MINIMUM). P/N: 1150896-114; EBPN 19-87-3222MOD5 NOTE: OFFEROR 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 QUOTE. 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 52.211-16, Variation in Quantity 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services 52.212-2, Evaluation—Commercial Products and Commercial Services* see addendum 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 52.232-18, Availability of Funds See Attachment for Full Text 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 Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004) including all base terms, conditions, and clauses outlined within the clause 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 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-50, Combating Trafficking in Persons 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 52.232-36, Payment by Third Party 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 252.204-7015, Disclosure of Information to Litigation Support Contractors 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 252.213-7000, 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 252.225-7013, Duty-Free Entry (NOV 2023) 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 252.232-7010, Levies on Contract Payments 252.232-7998, Obligations in Advance of Fiscal Year 2026 Funding (DEVIATION 2026-O0001) 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 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) H02, Component Qualified Products List (QPL)/Qualified Manufacturers List (QML) (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) 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 ALT I if not updated in SAM.gov. This announcement will close (05/2/2026 16:00 PM HST). The Point of Contact for this solicitation is Tehani.E.DiazZelayaRios.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 Tehani.E.DiazZelayaRios.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. 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. ******* END OF COMBINED SYNOPSIS/SOLICITATION ********