SWITCH ASSEMBLY
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 a Solicitation for the procurement of SWITCH ASSEMBLY (NSN: 5930-01-659-9526). This opportunity is a Total Small Business Set-Aside. The solicitation requires the delivery of 17 units of the switch assembly, along with a First Article Test (FAT) report. Offers are due by May 18, 2026, at 04:30 PM local time.
Scope of Work
This solicitation (SPRDL1-26-R-0073) is for the supply of SWITCH ASSEMBLY, specifically NSN: 5930-01-659-9526, Manufacturer CAGE: 18876, and Manufacturer Part Number: 13707866-01. The required production quantity for Item 0001AA is 17 units. A First Article Test (FAT) Report is mandatory in accordance with FAR 52.209-3, with its cost included in the total price for CLIN 0001AA. Offerors may request a FAT waiver, which, if granted, will result in the deduction of the FAT price from the total. Inspection and acceptance will occur at origin. Packaging and marking must adhere to military preservation standards (MIL-STD-2073-1) and the Special Packaging Instruction (SPI) detailed in the Technical Data Package (TDP).
Contract Details
The contract type will be Firm Fixed Price. Delivery timelines are specified in days after contract award or FAT approval. While the solicitation specifies 17 units for production, a prior synopsis indicated a potential for a base quantity of 17 units and an option quantity of 17 units. The estimated value is not explicitly stated.
Submission & Evaluation
Offers must be submitted via email to the Contract Specialist, Muhammad Kah (Muhammad.kah@dla.mil), by May 18, 2026, 04:30 PM local time. Evaluation will consider First Article Test requirements, delivery schedules, and price. The Government reserves the right to waive the FAT requirement. Award will be based on the lowest evaluated offer (if price-only) or the offer providing the best value to the Government, alongside an assessment of responsibility criteria per FAR 9.104. The solicitation also includes provision 52.215-9023, allowing for a reverse auction as a pricing technique, which may be held after the solicitation closes. Contractors must be registered in the reverse auction system to participate.
Eligibility & Set-Aside
This procurement is designated as a Total Small Business Set-Aside.
Additional Notes
A Technical Data Package (TDP) is available via a link on SAM.gov. All vendors must be actively registered in SAM.gov. Electronic contracting is required for awards, modifications, and delivery orders. Offerors must also comply with cybersecurity requirements, including NIST SP 800-171. Specific clauses regarding export control, hazardous materials, and country of origin restrictions are included.