The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY)
intends to award a Firm Fixed Price (FFP) Single Award Contract as Lowest Price Technically
Acceptable (LPTA) Evaluation Factors for the item listed below. The required item is for
commercial item prepared in accordance with the information in FAR Part 13 and FAR Subpart
12.6, as supplemented with the additional information included in this notice.
The Contract Line Item (CLIN) is as follows:
ITEM NO.
DESCRIPTION
QTY
U/I
0001
PANEL, CONTROL
TESSY PANEL IO1000R CONTROL PANEL
W/ 2 IOSDC2 CLASS A LOOPS & SA-232
& 4 EACH 6' STANDARD TESSY CABLES
2
EA
0002
CABLE, ASSY
20' 16/S SHIELDED TESSY CABLE
COMPLETE ASSEMBLY
66
EA
0003
CABLE ASSY
30' 16/2 SHIELDED TESSY CABLE ASSEMBLY
COMPLETE ASSEMBLY
42
EA
0004
CABLE ASSY
40' 16/2 SHIELDED TESSY CABLE
COMPLETE ASSEMBLY
8
EA
0005
CABLE ASSY
50' 16/2 SHIELDED TESSY CABLE
COMPLETE ASSEMBLY
4
EA
0006
CABLE ASSY
100' 16/2 SHIELDED TESSY CABLE
COMPLETE ASSEMBLY
2
EA
0007
CABLE ASSY
200' 16/2 SHIELDED TESSY CABLE
COMPLETE ASSEMBLY
5
EA
0008
DETECTOR ASSY
TESSY DETECTOR BOX
COMPLETE ASSEMBLY
W/RED PLATE, AND ISO BASE
150
EA
0009
DETECTOR, SMOKE/HEAT
EDWARDS INTELLIGENT MULTI-CRITERIA
OPTICAL SMOKE/HEAT DET
150
EA
The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 335931, Control Panel with a size standard of 600 employees. The Product Service Code is 5975. The solicitation document incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Change Notice 1/17/2025.
The anticipated delivery date for this acquisition is 3 weeks after receipt of contract. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only.
The solicitation number is SPMYM125Q0107, and it is expected to be available on or about
06 JUN 2025 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 12:00 PM EST on 10 JUN 2025. Responses to the solicitation notice shall be emailed to the attention of Curtis Douglas at Curtis.douglas@dla.mil. Please make sure that the solicitation number
(SPMYM125Q0107) is included in the subject line of any email correspondence. Emails
without subject lines will not be read because of security issues.
Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for the inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at on the interested vendor list under SPMYM125Q0107. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.
All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the
solicitation, except for awards to foreign vendors for work to be performed outside the United
States. Lack of registration in the SAM database will make an offeror ineligible for the award.
Offerors may obtain information on registration and annual confirmation requirements by calling
1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in
accordance with the solicitation, dates and procedures. Please direct all questions regarding this
requirement to Curtis Douglas at Curtis.douglas@dla.mil