Closed Solicitation · DEPT OF DEFENSE

    CABLE ASSEMBLY POWER OUTBOARD MOLDED PLUG ASSEMBLY AND PRESSURE PROOF PLUG ASSEMBLY

    Sol. SPMYM426Q3346Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PEARL HARBOR, HI
    Closed
    STATUS
    Closed
    closed May 2, 2026
    POSTED
    Apr 29, 2026
    Publication date
    NAICS CODE
    335931
    Primary industry classification
    PSC CODE
    5995
    Product & service classification

    AI Summary

    The Department of Defense is seeking quotes for cable assembly power, outboard molded plug assembly, and pressure proof plug assembly. This opportunity is a 100% small business set-aside and requires delivery to Pearl Harbor Naval Shipyard by specified dates. Offerors must submit descriptive literature and comply with FAR provisions. The evaluation will be based on Lowest Price Technically Acceptable criteria.

    Contract details

    Solicitation No.
    SPMYM426Q3346
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 29, 2026
    Response Deadline
    May 2, 2026
    NAICS Code
    335931AI guide
    PSC / Class Code
    5995
    Primary Contact
    Floyd Shiroma
    State
    HI
    ZIP Code
    96860-5033
    AI Product/Service
    product

    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 SPMYM426Q3346 for CABLE ASSEMBLY POWER, OUTBOARD MOLDED PLUG ASSEMBLY, AND PRESSURE PROOF PLUG ASSEMBLY. 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 these address(s):
    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 5995 and the NAICS code is 335931. The Small Business Standard is 600. employees. This requirement is 100% Small Business Set-Aside.

    Evaluation criteria are 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.  A technical spec sheet and proof of traceability are required to be sent with quote. 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 the requested item(s).   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.
    • Delivery Dates: shown below

    ** Pricing is FOB destination and must 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

    ITEM DESCRIPTION                                       QTY   U/I      

    JML Doc # 6068B857

    CLIN 0001    CABLE ASSEMBLY, POWER                                1 EA                                                       

    • OUTBOARD MOLDED PLUG ASSEMBLY, STRAIGHT (ANODE)
    • IN ACCORDANCE WITH NAVSEA DWG 5792287 ASSEMBLY 502 (MOD 6). MODIFICATIONS ARE IN ACCORDANCE WITH NAVSEA DRAWING 415-7285181, (H535-0510).
    • CABLE LENGTH OF COMPLETED ASSEMBLY SHALL BE 150 FEET (MINIMUM).
    • P/N: 1150896-115; EBPN 19-87-3223MOD6

    Note: Vendor shall list the manufacturer and country of origin for each line item

    Required Delivery Date: January 1, 2027

    ITEM DESCRIPTION                                    QTY   U/I      

    JML Doc # 6068B866

    CLIN 0002   CABLE ASSEMBLY, POWER                                  7 EA

    • PRESSURE PROOF PLUG ASSY, OUTBOARD, 3 CABLE, MBT REF CELL (EHP END)
    • CABLE LENGTHS SHALL BE 150 FEET (MINIMUM) OF DSS-4(MOD) FOR EACH LEG.
    • EB4211/16 SHEETS 11,13-15 APPLY FOR EB4211/16-100B.
    • P/N: 1155433-111; EBPN 19-87-7053D

    Note: Vendor shall list the manufacturer and country of origin for each line item

    Required Delivery Date: January 1, 2027

    ITEM DESCRIPTION                                                          QTY   U/I      

    JML Doc # 6068B867

    CLIN 0003    CABLE ASSEMBLY, POWER                                                    8 EA                                                                       

    • PRESSURE PROOF PLUG ASSY, OUTBOARD, 3 CABLE, MBT REF CELL (EHP END)
    • CABLE LENGTHS SHALL BE 150 FEET (MINIMUM) OF DSS-4(MOD) FOR EACH LEG.
    • EB4211/16 SHEETS 11,13-15 APPLY FOR EB4211/16-100B.
    • P/N: 1155433-111; EBPN 19-87-7053D

    Note: Vendor shall list the manufacturer and country of origin for each line item

    Required Delivery Date: September 30, 2026

    NOTE: OFFEROR MUST REVIEW AND COMPLETE THE ATTACHED PROVISIONS 252.204-7016, AND 252.204-7019 AND SUBMIT THE COMPLETED PROVISIONS WITH THEIR QUOTE.

    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

    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 on Friday, May 1, 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 ********

    Key dates

    1. April 29, 2026Posted Date
    2. May 2, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    CABLE ASSEMBLY POWER OUTBOARD MOLDED PLUG ASSEMBLY AND PRESSURE PROOF PLUG ASSEMBLY is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.