SWITCH REED

SOL #: SPMYM426Q3352Combined Synopsis/SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PEARL HARBOR
PEARL HARBOR, HI, 96860-5033, United States

Place of Performance

JBPHH, HI

NAICS

Switchgear and Switchboard Apparatus Manufacturing (335313)

PSC

Switches (5930)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 4, 2026
2
Submission Deadline
May 6, 2026, 7:00 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) Weapons Support, Pearl Harbor, has issued a Combined Synopsis/Solicitation (RFQ SPMYM426Q3352) for the procurement of 8 SWITCH, REED, MAGNETIC SWITCH ASSEMBLY units, specifically CURTISS-WRIGHT ELECTRO-MECHANICAL CORPORATION P/N 4D96625G01. This requirement is sole-sourced mandatory to this manufacturer, and quotations for different manufacturers will not be considered. This opportunity is a Total Small Business Set-Aside. Quotations are due May 6, 2026, at 9:00 AM HST.

Scope of Work

The requirement is for eight (8) units of the specified magnetic switch assembly. The purpose is to prevent waste of government money and incorrect material orders that could cause work stoppage, indicating a critical need for the exact specified part.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM426Q3352)
  • Set-Aside: Total Small Business Set-Aside
  • NAICS Code: 335313 (Small Business Standard: 1,250 employees)
  • FSC Code: 5930 (Switches)
  • Contract Type: Commercial items, Simplified Acquisition Procedures (FAR Part 13)
  • Payment Terms: Net 30 Days AFTER acceptance of material. Payment via Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF).
  • Delivery: FOB Destination to PEARL HARBOR NAVAL SHIPYARD IMF, 667 SAFEGUARD STREET, BLDG 167-1 RECV, PEARL HARBOR, HI 96860-5033, UNITED STATES.

Submission & Evaluation

  • Mandatory Manufacturer: Only quotations for CURTISS-WRIGHT ELECTRO-MECHANICAL CORPORATION P/N 4D96625G01 will be considered.
  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
  • Responsibility: Potential contractors will be screened for responsibility per FAR 9.104, utilizing PPIRS.
  • Required Documents: Offerors must submit descriptive literature, a technical spec sheet, and proof of traceability. Failure to provide these may result in technical unacceptability.
  • Required Provisions: Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019.
  • Quote Content: Quotes must include price(s), FOB point, Cage Code, point of contact (name and phone), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method.
  • SAM Registration: Quoters must be registered in SAM.gov.
  • Response Due: May 6, 2026, at 9:00 AM HST.
  • Point of Contact: Kailie Thomas, kailie.m.thomas.civ@us.navy.mil.

Additional Notes

The solicitation incorporates FAR and DFARS clauses effective through FAC 2025-06 and DFARS Change Notice 20251110. Various DLAD clauses and procurement notes are also included, covering topics such as supply chain traceability, product verification testing, and the use of the Supplier Performance Risk System (SPRS).

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 4, 2026
SWITCH REED | GovScope