Opportunity

SAM #SPMYM4-26-Q-3390

Procurement of Boonton 1121A Audio Analyzer with Options for DLA Maritime - Pearl Harbor

Buyer

DLA Maritime Pearl Harbor

Posted

May 13, 2026

Respond By

May 18, 2002

Identifier

SPMYM4-26-Q-3390

NAICS

334515, 334310

DLA Maritime - Pearl Harbor is seeking a specialized audio analyzer for use at Pearl Harbor Naval Shipyard IMF. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor - Contract specialist: Vanessa Garcia - OEM Highlight: - Boonton Manufactured Electronics - Products Requested: - Boonton 1121A Programmable Audio Analyzer (1 unit) - Part number: 1121A - Features: 10Hz-140kHz range, GPIB interface, variable output impedance (50, 150, 600 ohms), 16V output, quasi-peak detection - Includes mandatory internal options: - Option 11: 400 Hz high pass filter (part number: 1121A-11) - Option 12: Psophometric (CCITT) band pass filter (part number: 1121A-12) - Notable Requirements: - Small business set-aside under NAICS 334515 - Delivery required to Pearl Harbor Naval Shipyard IMF, Hawaii - Offerors must provide descriptive literature, manufacturer, and country of origin for each item - Pricing must be FOB destination and include shipping - Only one quote per vendor allowed - Payment via Wide Area Workflow (WAWF) - Place of Performance & Delivery: - Pearl Harbor Naval Shipyard IMF, 667 Safeguard St Suite 100, Pearl Harbor, HI 96860-5033 - Federal facility and military base - Period of Performance: - Delivery required by July 3, 2026 - Estimated Contract Value: - Typical for specialized test equipment: $10,000 - $30,000

Description

Combined Synopsis/Solicitation for Commercial Items This document is prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR part 12, as supplemented with 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 SPMYM426Q3390. 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, which can be accessed in full text at: 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 6625 and the NAICS code is 334515. The Small Business Standard is 750 employees or fewer. This requirement is being processed as a 100% set aside for small businesses. Responsibility Determination: SPRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. Offer Submission: 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. Important Notes: Interested parties must fill out the required request for quote form saved in the attachment section. Requirement is only one quote per vendor. Multiple quotes will not be accepted. Required Delivery Date: 07/03/2026. If you cannot meet this date, please provide the earliest delivery date. Point of Contact: DLA Weapons Support, Pearl Harbor, requests responses from qualified sources capable of providing: Item Description                                               QTY    U/I EA Unit Price: $_____, Total Price: $____ CLIN 0001: DESCRIPTION Analyzer, Audio Programmable Boonton Manufacture Electronics 1121A OPT 11/12 Boonton Manufactured Electronics Model 1121A Options Mandatory 11/12 Internal in the Main Unit for Configurations. Includes in Unit: Part 1121A, Boonton Manufactured Audio Analyzer Programmable 10Hz-140kHz, includes GPIB, variable output Z-50, 150, 600 ohms, 16V output, quasi-peak detection Part 1121A-11, 400Hz High Pass Filter Part 1121A-12, PSOPHOMETRIC (CCITT) Band Pass Filter Pricing: FOB destination, including 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. Vendor Requirements: Vendor shall list the manufacturer and country of origin for each line item. 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) 52.222-90, Addressing DEI Discrimination by Federal Contractors 52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) 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 52.246-15, 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 252.247-7023, 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 Non-Manufactured Wood Packaging and Pallets YM4 L003, Unit Prices This announcement will close on Monday, May 18, 2026, at 1300 HST. The Point of Contact is Vanessa Garcia, reachable at vanessa.a.garcia18.civ@us.navy.mil. All responsible sources may submit a quote for consideration. System for Award Management (SAM): Quoters must be registered in SAM to be considered for award. Registration is free and available at http://www.sam.gov. If not the actual manufacturer, the Manufacturer’s Name, Location, and Business Size must be provided. Please submit quotations via email to vanessa.a.garcia18.civ@us.navy.mil. All quotes should include price(s), FOB point, Cage Code, a point of contact with name and phone number, GSA contract number if applicable, business size under the NAICS Code, and whether your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). The government’s payment terms are Net 30 days after acceptance of material. If selecting GPC, note that the government does not utilize third-party payment entities (Zelle, Venmo, Paypal, etc.). Each response must clearly indicate the capability to meet all specifications and requirements. If selecting GCPC, per DFARS 232.7002, a receiving report must be entered into WAWF. End of Combined Synopsis/Solicitation

View original listing