Skip to content
Department of Defense

CABLE ASSEMBLY

Solicitation: SPMYM4-26-Q-3280
Notice ID: 7074c4aa34a343ca8296576704c0b987
TypeCombined Synopsis SolicitationNAICS 335931PSC5935Set-AsideSBADepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedApr 06, 2026, 12:00 AM UTCDueApr 10, 2026, 02:00 AM UTCCloses in 0 days

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Apr 10, 2026. Industry: NAICS 335931 • PSC 5935.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPMYM4-26-Q-3280. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 335931 (last 12 months), benchmarked to sector 33.

12-month awarded value
$36,994,145
Sector total $52,180,821,306 • Share 0.1%
Live
Median
$350,000
P10–P90
$54,551$350,000
Volatility
Volatile84%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+58%($8,356,135)
Deal sizing
$350,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Pearl Harbor, HI • 96860-5033 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Tehani Diaz Zelaya-Rios
Email
Tehani.E.DiazZelayaRios.civ@us.navy.mil
Phone
80847380005198

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA MARITIME
Office
DLA MARITIME SHIPYARDS • DLA MARITIME - PEARL HARBOR
Contracting Office Address
Pearl Harbor, HI
96860-5033 USA

More in NAICS 335931

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 SPMYM426Q3280. 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 (6150) and the NAICS code is (335921). The Small Business Standard is 600 employees. This requirement is 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 sole sourced mandatory to Teledyne D.G. O’Brien due to proprietary data rights to drawing. 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. 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. Only one quote per vendor may be sent.

DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing: Interested parties must fill out the required request for quote saved in the attachment section. It is titled, “SPMYM426Q3281”.

ITEM DESCRIPTION                  QTY    U/I 

CABLE ASSEMBLY                    4        EA

CABLE ASSEMBLY 100', TELEDYNE P/N 1155634-110. C/A CONSIST OF 100 FT 2SWF-4 CABLE AND 1381071-101 PLUG.

QPL-915-QPD DTD 29JAN2026 APPLIES AND IS AVAILABLE THROUGH ASSIST ONLINE (M915/48-2SWF-4).

NOTE: OFFEROR 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 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

52.204-24* 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 52.211-16, Variation in Quantity

52.211-17, Delivery of Excess Quantities

52.212-1, Instructions to Offerors - Commercial Products and Commercial Services 52.212-2 Evaluation—Commercial Products and Commercial Services* see addendum 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

52.232-18 Availability of Funds *See Attachment for Full Text

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 Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004) 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 52.204-10 Reporting Executive Compensation

52.204-27 Prohibition on a ByteDance Covered Application

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

52.219-6 Notice of Total Small Business Set-Aside

52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor

52.222-19 Child Labor

52.222-50 Combating Trafficking in Persons 52.223-11 Ozone Depleting Substances 52.225-1 Buy American-Supplies

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

52.232-36 Payment by Third Party

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

252.213-7000 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 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7013 Duty-Free Entry (NOV 2023)

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

252.232-7998 Obligations in Advance of Fiscal Year 2026 Funding (DEVIATION 2026-O0001) *See Attachment for Full Text

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)

H02 Component Qualified Products List (QPL)/Qualified Manufacturers List (QML) (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)

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

YM4 L331 REVIEW OF AGENCY PROTESTS

Quoters are reminded to include a completed copy of 52.212-3 and ALT I if not updated in SAM.gov.

This announcement will close (04/09/2026 16:00 PM HST). The Point of Contact for this solicitation is Tehani Diaz Zelaya-Rios who can be reached at Tehani.E.DiazZelayaRios.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 Tehani.E.DiazZelayaRios.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.

******* END OF COMBINED SYNOPSIS/SOLICITATION ********

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.