Opportunity
SAM #SPMYM4-26-Q-3395
Procurement of Tektronix DPO5054B Oscilloscopes for Navy Calibration (Brand Name Mandatory)
Buyer
DLA Maritime Pearl Harbor
Posted
May 14, 2026
Respond By
May 18, 2026
Identifier
SPMYM4-26-Q-3395
NAICS
334515, 423690
The Defense Logistics Agency (DLA) Maritime - Pearl Harbor and the U.S. Navy Calibration Laboratory are seeking to procure two Tektronix DPO5054B oscilloscopes for use in Navy calibration operations. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor, DLA Weapons Support - U.S. Navy Calibration Laboratory - OEMs and Vendors: - Tektronix (OEM, brand name mandatory) - Test Equipment Connection Corp (dealer representative) - Products/Services Requested: - Tektronix DPO5054B Oscilloscope - Part Number: DPO5054B - Quantity: 2 units - Purpose: Used to calibrate fleet customer electronic test instruments; only Tektronix DPO5054B is authorized per Navy calibration management system - Unique/Notable Requirements: - Brand name mandatory: Only Tektronix DPO5054B oscilloscopes will be accepted; substitutions are not permitted - Traceability documentation required to demonstrate compliance with specifications - 100% Small Business Set-Aside - Evaluation based on Lowest Price Technically Acceptable (LPTA) - All quotations must include completed required provisions and certifications - Delivery/Performance Location: - Pearl Harbor Naval Shipyard IMF, 667 Safeguard Street, Bldg 167-1, Pearl Harbor, HI 96860-5033 - Period of Performance: - Delivery required by May 29, 2026 or July 17, 2026 (depending on attachment) - No alternative manufacturers or products will be considered
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-3395. 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 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. This requirement is being processed utilizing 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.
This requirement is brand name mandatory to Tektronix due to brand name is the authorized instrument specifically listed in the calibration procedure. Quotations received that represent a different manufacturer will not be considered for award.
Offerors are required to submit Traceability documentation (see attachment) to show how their quotation meets the required specifications. Failure to provide this information may result in your quotation being determined technically unacceptable.
YOUR COMPANY INFORMATION
YOUR BUSINESS SIZE: ___ Large (LG), ___ Small (SB), ___ Small-Disadvantaged Business (SDB), ___ Veteran-Owned Small Business (VOSB), ___ Women-Owned Small Business (WOSB), ___ Economically Disadvantaged Women-Owned Small Business (EDWOSB), ___ Service Disabled Veteran Owned Small Business (SDOVSB), ___ (HUBZONE), ___ (8a).
QUOTING AS MANUFACTURER? Yes ___ No ___
Name of Quoted Manufacturer ___________________
QUOTING AS: ___ AUTHORIZED DISTRIBUTOR or ___ THIRD PARTY DEALER
Do you have dealer independence? Yes_____ No______ (does the MFR set your prices)
SAM CAGE CODE of MFR: ________________
SHIPPING INFORMATION
PLACE OF MFG/COUNTRY OF ORIGIN: ___/____
ESTIMATED DELIVERY TO PEARL HARBOR__________ Calendar Days ARO
FOB TERMS: DESTINATION
RDD: 5/29/2026
SHIP TO:
DoDAAC: N32253 Country Code: USA PEARL HARBOR NAVAL SHIPYARD IMF 667 SAFEGUARD STREET, BLDG 167-1 RECV 808-473-8000X4961 PEARL HARBOR, HI 96860-5033 UNITED STATES Government Representative, DLA Distribution Email: distrcustomerservice@dla.mil Phone: 808-473-8000 X4961
DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing:
Item Supplies Quantity Unit Unit Price Amount
CLIN 0001: OSCILLOSCOPE 2 EA ______ ______
TEKTRONIX PART# DPO5054B
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 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 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 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
52.219-6 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
52.222-50 Combating Trafficking in Persons
52.223-11 Ozone Depleting Substances
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 252.204-7015, 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. 252.223-7006, 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 252.225-7048, 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. 252.232-7010, 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) 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 E7F754 CERTIFICATIONS REQUIRED WITH DELIVERY OF MATERIAL YM4 L001 EUROPEAN UNION RESTRICTIONS REGARDING NONMANUFACTURED WOOD PACKAGING AND PALLETS YM4 L003 UNIT PRICES
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 18 May 2026 at 12:00pm HST. The Point of Contact for this solicitation is Lee Dillenback, who can be reached at quincey.dillenback.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/.
Please submit quotations via email at quincey.dillenback.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). The Government’s terms for payment 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.
If selecting GCPC as the preferred payment method, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF.
******* END OF COMBINED SYNOPSIS/SOLICITATION ********