Driver's Switch Panel
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) Land-Warren has issued Solicitation SPRDL1-24-R-0125 for the procurement of Driver's Switch Panels (NSN: 5975-01-656-8231, Part Number: 12580241). This is a Total Small Business Set-Aside opportunity. The solicitation requires 22 units with a 100% option for an additional 22 units. Offers are due by June 10, 2025, at 1:00 PM ET.
Scope of Work
The requirement is for Driver's Switch Panels, specifically NSN 5975-01-656-8231, Part Number 12580241. A First Article Test (FAT) is required, including 2 FAT units and 2 test samples that may be consumed or destroyed. The procurement specifies FOB Destination delivery. The P/N 12484558 Switch Assembly is source-controlled to Nartron Corporation and is confirmed available for manufacturing. The Technical Data Package (TDP) has been updated and is available.
Contract Details
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business
- Quantity: 22 each, with a 100% option for an additional 22 units.
- Delivery Schedule:
- Initial 22 units (Item 0001AA): within 360 days after contract award.
- First Article Test Report Service (Item 0001AB): within 210 days after contract award.
- Option Quantity (Item 0002AA): 22 units within 120 days after option exercise.
- Option Exercise Period: Up to 365 days after award (or FAT approval if required), with potential for a bilateral extension of 90 days.
- Quality Requirements: Higher Level Contract Quality System Requirement: ISO 9001:2015 or equivalent.
- FOB: Destination
Submission & Evaluation
Offers must be submitted electronically. Evaluation factors include price, delivery, and first article test requirements. The Government reserves the right to waive the First Article Test requirement. Vendors must be registered in SAM.gov to be eligible for award.
Important Notes & Amendments
This solicitation has been amended multiple times. The latest amendment (0004) extends the proposal due date to June 10, 2025. Previous amendments updated the Technical Data Package (TDP) link and clarified the option exercise period. All responsible sources may submit a capability statement, proposal, or quotation. Technical Data is available for this procurement.