Magnet Wire

Location: Maine
Posted: Oct 29, 2025
Due: Nov 5, 2025
Agency: DEPT OF DEFENSE
Type of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Solicitation No: SPMYM326Q1102
Publication URL: To access bid details, please log in.
Follow
Magnet Wire
Active
Contract Opportunity
Notice ID
SPMYM326Q1102
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA MARITIME
Sub Command
DLA MARITIME SHIPYARDS
Office
DLA MARITIME - PORTSMOUTH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Oct 29, 2025 07:53 am EDT
  • Original Date Offers Due: Nov 05, 2025 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 20, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside: No Set aside used
  • Product Service Code: 6145 - WIRE AND CABLE, ELECTRICAL
  • NAICS Code:
    • 331420 - Copper Rolling, Drawing, Extruding, and Alloying
  • Place of Performance:
    Kittery , ME 03904
    USA
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 SPMYM326Q1102. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Change Notice 20251024. 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 6145 and the NAICS code is 331420. This requirement is being processed utilizing Full and Open 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.







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.





The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:





CLIN 0001: Magnet Wire





NEMA MW1000 MAGNET WIRE, HEAVY BUILD OF 200C ENAMEL WITH A DOUBLE LAYER OF POLYESTER/GLASS INSULATED WITH AN EPOXY VARNISH TO NEMA 55-CNEMA 660 LBS ON THREE



SEPARATE 24" REELS WEIGHING 220LBS EACH -0/+5%, EACH REEL MUST BE ONE CONTINUOUS LENGTH.. NEMA PN MW55CHD135240N.





***REELS MUST BE SHIPPED STANDING ON EDGE***







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





52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 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





52.204-27



Prohibition on a ByteDance Covered Application





52.204-30



FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition





52.219-4



Notice of Price Evaluation Preference for HUBZone





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





52.225-3



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





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



252.211-7003, 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



252.225-7002 Qualifying Country Sources as Subcontractors



252.225-7021 Trade Agreements



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



252.247-7023, 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)





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)



H10 Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)



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):





YM3 A1: Additional Information



YM3 C500: Mercury Control (Supplies)



YM3 C528: Specification Changes



YM3 D2.2: Marking of Shipments



YM3 D4: Preparation for Delivery



YM3 D8: Prohibited Packing Materials



YM3 E2: Inspection and Acceptance (Destination)



YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard



YM3 M8: Single Award for All Items





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





This announcement will close 5 November 2025 at 3pm EST. The Point of Contact for this solicitation is Stephen Smith who can be reached at Stephen.1.Smith@dla.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 Stephen.1.Smith@dla.mil.



Quotes also to: DLA-KME-QUOTATIONS@DLA.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 ********


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING DIVISION (DLA-KME)
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 29, 2025 07:53 am EDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Vent Duct Active Contract Opportunity Notice ID SPMYM326Q4011 Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 12/15/2025

Follow Hygrometer Calibration Active Contract Opportunity Notice ID N3904026Q4761 Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 12/10/2025

Follow Rental of JLG Manlifts (Brand Name Required) Active Contract Opportunity Notice ID

DEPT OF DEFENSE

Bid Due: 12/12/2025

Solicitation: 25112500000000000121 Cab & Chassis, 4X4, Standard Cab DRW, 14,000 GVWR Issued: 11/25/25

State Government of Maine

Bid Due: 12/09/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.