ContractCombined Synopsis/Solicitation

CABLE ASSEMBLY SPEC

DEPT OF DEFENSE SPMYM426Q3298
Response Deadline
May 11, 2026
3 days left
Days Remaining
3
Until deadline
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

DLA Weapons Support, Pearl Harbor, part of the Department of Defense/Defense Logistics Agency, is seeking commercial cable assembly items under RFQ SPMYM426Q3298, with the procurement described in the files as a sole-source requirement associated with Leidos. The main requirement is for 55 each of cable assembly, MBT anode ICCP, 100 feet, part number BR6-1A09982-501, EBPN 19-87-0338DA. The solicitation uses simplified acquisition procedures and Lowest Price Technically Acceptable evaluation, with vendor responsibility reviewed through PPIRS and FAR 9.104, and offerors must submit descriptive literature, complete specified provisions, and identify the country of origin for each line item. Quotes must come from SAM-registered vendors and be sent to Quincey Dillenback at quincey.dillenback.civ@us.navy.mil.

Classification Codes

NAICS Code
335999
All Other Miscellaneous Electrical Equipment and Component Manufacturing
PSC Code
6150
MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT

Solicitation Documents

7 Files
II.S-1.1 Combined Synopsis Solicitation_Cable Assembly SPEC.docx
Word70 KBApr 20, 2026
AI Summary
This is a combined synopsis/solicitation for commercial items, identified by RFQ number SPMYM426Q3298, issued by DLA Weapons Support, Pearl Harbor. The solicitation, processed using unrestricted Simplified Acquisition Procedures, is a sole-source requirement to LEIDOS (6Y128) due to their status as the only approved and qualified vendor with a history of providing quality products. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) criteria, with vendor responsibility determined through PPIRS and FAR 9.104 screening. Offerors must provide descriptive literature to demonstrate technical acceptability; otherwise, their quotations will not be considered. The announcement closes on April 22, 2026, at 12:00 PM HST. All responsible sources may submit quotes, which must include price(s), FOB point, Cage Code, point of contact, GSA contract number (if applicable), business size under NAICS code 335999, and preferred payment method (GCPC or WAWF). Registration in SAM.gov is mandatory for award consideration.
II.S-1.2 Combined Synopsis Clauses.docx
Word58 KBMay 8, 2026
AI Summary
This document outlines several Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition (DLAD) clauses relevant to government contracts. Key FAR clauses address prohibitions on contracting for certain telecommunications equipment and services (Huawei, ZTE, Hikvision, etc.) and ByteDance (TikTok) applications, requiring offerors to represent compliance and disclose any non-compliance. It also includes provisions for the Federal Acquisition Supply Chain Security Act (FASCSA) orders, prohibiting certain covered articles or sources and requiring disclosures for waivers. The document details evaluation factors for contract awards, prioritizing Lowest Price Technically Acceptable, with criteria for technical capability, price, and delivery. DFARS clauses cover representations for covered defense telecommunications equipment and Wide Area WorkFlow (WAWF) payment instructions. DLAD clauses address disputes, superseded part numbers, manufacturing phase-out, supply chain traceability documentation, nonconforming packaging, and product verification testing. The overarching theme is ensuring supply chain security, compliance with prohibitions, and transparent contractor practices.
Clauses Full Text Provisions and Clause.docx
Word60 KBApr 20, 2026
AI Summary
This government file outlines various Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition (DLAD) clauses pertaining to federal contracts. Key areas include prohibitions on covered telecommunications equipment and services from specific foreign entities (e.g., Huawei, ZTE, TikTok), emphasizing supply chain security and the Federal Acquisition Supply Chain Security Act (FASCSA) orders. It details offeror representations, disclosure requirements, and reporting procedures for non-compliance. The document also specifies evaluation criteria for contract awards, prioritizing lowest price, technically acceptable offers. Additionally, it addresses small business program representations, electronic invoicing via Wide Area WorkFlow (WAWF), alternative dispute resolution, and contractor responsibilities for product verification, obsolete materials, and supply chain traceability documentation.
Combined Synopsis Solicitation_Cable Assembly SPEC.docx
Word70 KBApr 20, 2026
AI Summary
This document is a combined synopsis/solicitation (RFQ #SPMYM426Q3298) for commercial items, processed using Simplified Acquisition Procedures and set aside for 100% small businesses. The requirement is sole-sourced to LEIDOS due to their status as the only approved and qualified vendor, with a history of providing quality products. Offers from different manufacturers will not be considered. Evaluation criteria are Lowest Price Technically Acceptable (LPTA), with vendor responsibility determined by PPIRS. Offerors must submit descriptive literature to demonstrate compliance with specifications and include completed provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019. The solicitation incorporates various FAR, DFARS, DLAD, and local clauses and provisions. Quotations are due by April 7, 2026, at 12:00 PM HST, and must be submitted via email to quincey.dillenback.civ@us.navy.mil. Quoters must be registered in SAM and provide specific company information, including manufacturer details if not the actual manufacturer, price, FOB point, Cage Code, and preferred payment method. The point of contact is Quincey Dillenback.
I.P-2 Sole Source_Redacted.pdf
PDF633 KBMay 8, 2026
AI Summary
The document, "IV. CERTIFICATIONS/APPROVALS," outlines the approval process for a government file, likely related to an RFP, grant, or similar contractual document. It includes two main sections: Technical/Requirements Certification and Approval. The Technical/Requirements Certification, signed by Lareina Gandeza, Lead EQS at PHNSY & IMF, on February 26, 2026, confirms the accuracy and completeness of the technical information. The Approval section, signed by Contracting Officer Quincey Dillenback on April 3, 2026, signifies the contracting activity's official approval. This document ensures that both the technical requirements and the overall contract are formally certified and approved by the relevant authorities.
II.S-2 Combined Synopsis Solicitation_Cable Assembly SPEC_Amended.docx
Word59 KBMay 8, 2026
AI Summary
This document is a combined synopsis/solicitation (RFQ #SPMYM426Q3298) from DLA Weapons Support, Pearl Harbor, for commercial items, specifically for a sole-source procurement from LEIDOS (6Y128). The solicitation uses Simplified Acquisition Procedures and the Lowest Price Technically Acceptable (LPTA) evaluation criteria. Offerors must be registered in SAM.gov, submit descriptive literature, and complete attached provisions. The requirement is unrestricted, with a NAICS code of 335999 and a small business standard of 600. The closing date for submissions is May 11, 2026, at 12:00 PM HST, with submissions to be emailed to quincey.dillenback.civ@us.navy.mil. The document also lists numerous FAR, DFARS, DLAD, and local clauses and provisions applicable to this solicitation.
II.S-1 Combined Synopsis Amended.docx
Word70 KBMay 8, 2026
AI Summary
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, identified as RFQ number SPMYM426Q3298, issued by DLA Weapons Support, Pearl Harbor. The solicitation is a sole source requirement for LEIDOS (6Y128), as they are the only approved and qualified vendor per ICCP S/A 5004D SAR, with a history of providing quality products to PHNSY. Submissions from other manufacturers will not be considered. The evaluation criteria are Lowest Price Technically Acceptable (LPTA), and vendor responsibility will be determined using PPIRS and FAR 9.104. Offerors must submit descriptive literature to demonstrate compliance with specifications and complete attached provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019. The solicitation includes numerous FAR and DFARS clauses, as well as DLAD clauses and DLA Procurement Notes. The solicitation closes on April 27, 2026, at 12:00 PM HST. All quoters must be registered in SAM.gov and provide specific information in their quotes, including price, FOB point, CAGE Code, contact information, business size, and preferred payment method (GCPC or WAWF).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 20, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 11, 2026
expiryArchive DateMay 15, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA MARITIME - PEARL HARBOR

Point of Contact

Name
Quincey Dillenback

Place of Performance

UNITED STATES

Official Sources