CIRCUIT BREAKER

SOL #: SPRMM126QKC89Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
SPRMM1 DLA MECHANICSBURG
MECHANICSBURG, PA, 17055-0788, United States

Place of Performance

Place of performance not available

NAICS

Switchgear and Switchboard Apparatus Manufacturing (335313)

PSC

Circuit Breakers (5925)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 13, 2026
2
Submission Deadline
Apr 13, 2026, 8:30 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Defense Logistics Agency (DLA) Mechanicsburg is soliciting proposals for the procurement of CIRCUIT BREAKERS under a Total Small Business Set-Aside. This opportunity requires the manufacture and supply of specific circuit breaker models, emphasizing stringent quality assurance, material traceability, and mercury-free compliance for use on submarines/surface ships. Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Proposals are due by April 13, 2026.

Scope of Work

This solicitation covers the supply of CIRCUIT BREAKERS conforming to specific Cage Codes and reference numbers (e.g., 89946 1230C83G04). Key requirements include:

  • OEM Sourcing: Distributors must obtain items directly from the Original Equipment Manufacturer (OEM).
  • Mercury-Free: All materials must be free from metallic mercury contamination, with strict testing and approval processes for any functional mercury inclusion, particularly for submarine/surface ship applications.
  • Quality Assurance: Contractors must maintain an inspection/quality system compliant with MIL-I-45208 or ISO 9001/9002, subject to Government evaluation. Higher-level inspection is required.
  • Material Traceability & Certification: Comprehensive traceability from raw material to finished component is mandatory, including permanent markings, detailed certification test reports, and re-certification if material properties are altered. This is critical for Level I/SUBSAFE systems.
  • Marking & Packaging: Items must be marked in accordance with MIL-STD-130 and packaged per MIL-STD 2073.

Contract & Timeline

  • Type: Solicitation
  • Set-Aside: Total Small Business
  • Proposal Due: April 13, 2026, 8:30 PM ET
  • Published: March 13, 2026

Evaluation

Award will be made using the Lowest Price Technically Acceptable (LPTA) criteria, as per DFARS 215.101-2-70(a)(1)(i).

Additional Notes

  • Electronic Submissions: Invoices and Receiving Reports (COMBO) must be submitted electronically via PIEE-WAWF. Contractors are encouraged to register for PIEE EDA at https://piee.eb.mil/.
  • Production Facility Changes: Any changes to production facilities require Contracting Officer approval and a $250 price reduction for administrative costs.
  • Quote Requirements: Offerors must provide quantity breaks with their quotes and state the OEM CAGE code and part number if not the manufacturer.
  • Technical Data: Drawings or technical data are not available for this item.
  • Contact: For follow-up communications, provide an email address.

People

Points of Contact

Electronic Mail: CERRILL.MCMEEKIN@DLA.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Mar 13, 2026
CIRCUIT BREAKER | GovScope