Switch, Flow
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 DLA Land & Maritime, under the Department of Defense, is conducting market research (Sources Sought) to identify potential suppliers for a future Firm Fixed Price Contract for Switch, Flow (NSN: 5930-01-714-7058). The primary goal is to locate sources interested in becoming approved for this item, which currently has an approved source of KBR Wyle Services (3ZUK0) P/N 9129-0200-10. Responses are due by January 29, 2026.
Scope of Requirement
This market survey focuses on a Switch, Flow (NSN: 5930-01-714-7058). The anticipated procurement quantity is approximately 130 EA, with pricing requested for quantities ranging from 50 to 150 EA. Items will be shipped to a DLA stocking location.
Contract & Timeline
- Type: Sources Sought / Market Research (not a solicitation)
- Set-Aside: None specified
- Response Due: January 29, 2026, 8:00 PM ET
- Published: January 15, 2026
Key Information Requested
Respondents should provide comprehensive details including:
- Company Profile: Size (large/small), employee count, CAGE code, business type (manufacturer/dealer/distributor), source of supply, parent company information.
- Product Information: Commercial item status per FAR 2.101(b) with supporting documentation, compliance with FAR Part 12 or 15, catalog/GSA listing, inventory status, estimated delivery schedule, incremental quantity breaks, minimum order quantity, salient features, dominant materials/processes, unit size/weight, and manufacturing location.
- Capabilities: Electronic Data Interchange (EDI) capability, acceptability of FOB Origin/Destination and Inspection/Acceptance at Origin/Destination, SAM registration status, NAICS code, subcontracting plan status, experience with federal contracts, capability to provide certified Cost or Pricing Data (if required), and willingness to submit an offer on a Firm Fixed Price Contract.
Submission Instructions
Responses to this Request for Information (RFI) must be emailed to Christopher.Wallace@dla.mil by the response date. Submissions should include all requested information and any supportive documentation. Respondents will be placed on the solicitation mailing list.
Additional Notes
This RFI is solely for market research purposes. No solicitation is being issued at this time, and the Government will not reimburse respondents for any costs associated with their submissions. Offerors are strongly encouraged to maintain active SAM registrations.