Active Solicitation · DEPT OF DEFENSE

    CABLE ASSEMBLY SPEC

    Sol. SPMYM426Q3298Combined Synopsis/SolicitationPEARL HARBOR, HI
    Open · 4d remaining
    DAYS TO CLOSE
    4
    closes Apr 27, 2026
    POSTED
    Apr 23, 2026
    Publication date
    NAICS CODE
    335999
    Primary industry classification
    PSC CODE
    6150
    Product & service classification

    AI Summary

    The Department of Defense is soliciting quotes for a cable assembly specification under RFQ number SPMYM426Q3298. This opportunity is unrestricted and requires descriptive literature to demonstrate compliance with specifications. The evaluation will be based on the Lowest Price Technically Acceptable criteria. Only quotes from the approved vendor, Leidos, will be considered.

    Contract details

    Solicitation No.
    SPMYM426Q3298
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    April 23, 2026
    Response Deadline
    April 27, 2026
    NAICS Code
    335999AI guide
    PSC / Class Code
    6150
    Primary Contact
    Quincey Dillenback
    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 SPMYM426Q3298. 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  and  https://www.acquisition.gov/content/list-sections-affected  and  http://www.acq.osd.mil/dpap/dars/change_notices.html.

    The FSC Code is 6150 and the NAICS code is 335999 The Small Business Standard is 600. This requirement is being processed utilizing unrestricted competition. 

    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 sole sourced to LEIDOS due to LEIDOS (6Y128) IS THE ONLY APPROVED AND QUALIFIED VENDOR PER ICCP S/A 5004D SAR, AND HAS A HISTORY OF PROVIDING QUALITY PRODUCT TO PHNSY.  Quotations received that represent a different manufacturer will not be considered for award.

    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.

    DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing:

    CLIN 0001:  

    CABLE ASSEMBLY,SPEC
    CABLE ASSY, MBT ANODE ICCP, 100FT                  
    PN: BR6-1A09982-501                                                111              Each
    BR6-1A09982
    EBPN: 19-87-0338DA
     

    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

    52.203-19, 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

    52.204-10 Reporting Executive Compensation

    52.204-27 Prohibition on a ByteDance Covered Application

    52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition

    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

    52.223-11 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

    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

    252.225-7048, 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 it’s ALT I if not updated in SAM.

    ESTIMATED DELIVERY: ___________________ WEEK(S)
    Please review and return your quote with the following information:
    QUOTING AS MANUFACTURER? Yes ___ No ___

    QUOTING AS: ___ AUTHORIZED DISTRIBUTOR or ___ THIRD PARTY DEALER
    Name of Quoted Manufacturer ___________________ MFG SIZE: SB ___ LG ___
    SAM CAGE CODE: ________________ DUNS #: ______________ TIN #: _______________

    This announcement will close 27 April 2026 at 12:00pm HST.  The Point of Contact for this solicitation is Quincey 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/.

    Key dates

    1. April 23, 2026Posted Date
    2. April 27, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    CABLE ASSEMBLY SPEC 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.