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 Defense Logistics Agency (DLA) Land and Maritime has issued a Presolicitation for an Unrestricted Request for Proposal (RFP) for Switch, Flow units (NSN 5930-01-715-7413). This opportunity is for the supply of 130 units, with price breaks requested for quantities between 50 and 175. The solicitation, SPE7M5-26-R-0010, is expected to be issued around March 25, 2026, with proposals due by April 28, 2026.
Scope of Work
This requirement is for the procurement of 130 "Switch, Flow" units, identified by NSN 5930-01-715-7413. Delivery is required within 270 days to Tinker AFB, Oklahoma City, OK. The acquisition specifies FOB Origin with Inspection/Acceptance Destination, and First Destination Transportation (FDT) applies.
Contract & Timeline
- Type: Presolicitation for an RFP (SPE7M5-26-R-0010)
- Competition: Other Than Full and Open Competition (FAR 6.302(c)(1)), intended for approved sources or their suppliers due to the Government not possessing complete technical data.
- Set-Aside: Unrestricted
- NAICS Code: 335313 (Switchgear and Switchboard Apparatus Manufacturing), Size Standard: 1250 employees
- RFP Issue Date: Around March 25, 2026
- Response Due Date: April 28, 2026
- Published Date: March 9, 2026
- Approved Sources: KBR Wyle Services (P/N: 9129-0201-10) and Valcor Engineering Corp. (P/N: VS100000-499).
Evaluation
Award will be based on a best value determination, considering a combination of price, delivery, past performance, technical acceptability, and socioeconomic proposals.
Additional Notes
The Government does not possess complete technical data for this item. Therefore, alternate offerors interested in becoming an approved source must provide a complete data package, including data for both the approved and alternate parts, for evaluation per Procurement Notes L04 and M06. Specifications, plans, or drawings are not available. Interested persons may identify their interest and capability to satisfy the requirement with a commercial item within 15 days of this notice. The solicitation will be available on https://www.dibbs.bsm.dla.mil and will not contain a quantity option or reverse auction.