ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

CABLE

DEPT OF DEFENSE SPMYM4-25-Q-0783
Response Deadline
Sep 5, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Logistics Agency Maritime at Pearl Harbor, is soliciting proposals for the procurement of two shore power cable assemblies (Part No. MA33284F012). This total small business set-aside opportunity requires vendors to submit their offers by September 5, 2025, with a mandatory delivery date of September 15, 2025, and adherence to specific technical specifications, including the requirement for brand name cables from TPC Wire & Cable. The evaluation of proposals will follow the Lowest Price Technically Acceptable (LPTA) method, considering technical capability, estimated delivery time, and price. Interested parties should direct inquiries to Wongduean Guajardo at wongduean.a.guajardo.civ@us.navy.mil and ensure compliance with all solicitation requirements as outlined in the attached RFP document.

Classification Codes

NAICS Code
335929
Other Communication and Energy Wire Manufacturing
PSC Code
6145
WIRE AND CABLE, ELECTRICAL

Solicitation Documents

1 Files
SPMYM4-25-Q-0783.pdf
PDF1040 KB9/3/2025
AI Summary
This document is a Request for Proposal (RFP) for commercial items, specifically two shore power cable assemblies (Part No. MA33284F012) for DLA Maritime Pearl Harbor. The solicitation (SPMYM425Q0783) was issued on August 28, 2025, with offers due by September 5, 2025, at 11:00 AM. It is a total small business set-aside with a NAICS code of 335929 and a size standard of 1,000 employees. Key requirements include vendor registration in SAM, adherence to a required delivery date of September 15, 2025, and technical specifications for the cable assemblies, which must be brand name (TPC Wire & Cable). Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) method, considering delivery, technical capability, and price. The document emphasizes compliance with various FAR and DFARS clauses, including restrictions on foreign telecommunications equipment and requirements for traceability documentation for items not manufactured by the offeror. Payment methods include government purchase card or Wide Area Work Flow (WAWF), and vendors must provide detailed company information and pricing based on commercial catalogs, unpublished price lists, or sales history.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 3, 2025
deadlineResponse DeadlineSep 5, 2025
expiryArchive DateSep 20, 2025

Agency Information

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

Point of Contact

Official Sources