Opportunity
SAM #SPMYM4-26-Q-3357
DLA Maritime - Pearl Harbor requests Teledyne cable assemblies for naval shipyard
Buyer
DLA Maritime Pearl Harbor
Posted
May 05, 2026
Respond By
May 09, 2026
Identifier
SPMYM4-26-Q-3357
NAICS
335931, 335921, 334417
This opportunity from the Defense Logistics Agency (DLA) Maritime - Pearl Harbor seeks cable assemblies for naval shipyard operations. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor - Sub-agency: Weapons Support - Office: Pearl Harbor - OEMs and Vendors: - Teledyne (Original Equipment Manufacturer) - Products Requested: - Four (4) units of 50-foot cable assembly - Part number: 6058E853 (Teledyne P/N 1155634-109) - Includes: 50 ft 2SWF-4 cable and 1381071-101 plug assembly - Six (6) units of 150-foot cable assembly - Part number: 6058E856 (Teledyne P/N 1155634-103) - Includes: 150 ft 2SWF-4 cable and 1381071-101 plug assembly - Unique Requirements: - Only Teledyne-manufactured items are acceptable; no alternate manufacturers will be considered - Offerors must submit descriptive literature to demonstrate compliance with specifications - Evaluation will be based on Lowest Price Technically Acceptable (LPTA) - Set aside 100% for small businesses - Place of Performance and Delivery: - Pearl Harbor Naval Shipyard IMF, 667 Safeguard St Suite 100, 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 SPMYM4-26-Q-3357.
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 5995 and the NAICS code is 335931. The Small Business Standard is 600 employees. This requirement is being processed as a 100% set aside for small businesses.
Evaluation criteria is Lowest Price Technically Acceptable (LPTA). SPRS 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 0001: CABLE ASSEMBLY, 50’ 4 each
6058E853 Unit Price_____, Total Price ____
CABLE ASSEMBLY, FURNISHED WITH SINGLE END CONNECTOR COMPONENT; TELEDYNE P/N 1155634-109. C/A CONSISTS OF 50 FT 2SWF-4 CABLE AND 1381071-101 PLUG ASSY. QPL-915-QPD DTD 29JAN2026 APPLIES AND IS AVAILABLE THROUGH ASSIST ONLINE (M915/48-2SWF-4).
Alternate manufacturers will not be considered.
CLIN 0002: CABLE ASSEMBLY, 150’ 6 each
6058E856 Unit Price_____, Total Price ____
CABLE ASSEMBLY, FURNISHED WITH SINGLE END CONNECTOR COMPONENT; TELEDYNE P/N 1155634-103. P/N 1155634-103 CONSISTS OF 1 EACH PLUG ASSEMBLY 1381071-101 WITH 150 FT OF 2SWF-4 CABLE. QPL-915-QPD DTD 29JAN2026 APPLIES AND IS AVAILABLE THROUGH "ASSIST" ONLINE (M915/48-2SWF-4).
Alternate manufacturers will not be considered.
** Price should include shipping and delivery to:
PEARL HARBOR NAVAL SHIPYARD IMF
667 SAFEGUARD ST SUITE 100, PEARL HARBOR HI 96860-5033
PEARL HARBOR, HI 96860-5033
UNITED STATES
NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 252.204-7016 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 52.209-5, Certification Regarding Responsibility Matters (OVER SAT) 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services 52.212-2, Evaluation—Commercial Products and Commercial Services. 52.212-4, Contract Terms and Conditions – Commercial Items 52.219-1 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. 52.232-39, 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 52.209-10, 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 52.209-6 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 52.222-35 Equal Opportunity for Veterans 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone Depleting Substances 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by EFT-SAM 52.246-11 Higher-Level Contact Quality Requirement 52.246-15 Certificate of Conformance 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. 252.204-7024 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. 252.217-7026 Identification of Sources of Supply 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) C14 Repackaging or Relabeling to Correct Deficiencies (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) 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
This announcement will close Friday, May 8, 2026, 1600 HST. The Point of Contact for this solicitation is Floyd Shiroma who can be reached at floyd.shiroma.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 floyd.shiroma.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. 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 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 ********