SWITCH,REED

SOL #: SPMYM4-26-Q-3334Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Switchgear and Switchboard Apparatus Manufacturing (335313)

PSC

Switches (5930)

Set Aside

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

Timeline

1
Posted
Apr 22, 2026
2
Submission Deadline
Apr 27, 2026, 10:00 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) Maritime - Pearl Harbor is soliciting quotes for MAGNETIC LIMIT SWITCH AND CABLE ASSEMBLY under Solicitation Number SPMYM4-26-Q-3334. This is a Total Small Business Set-Aside opportunity. The government intends to award a Firm Fixed-Price contract for 8 units. Quotes are due by April 27, 2026, at 12:00 PM HST.

Scope of Work

The requirement is for 8 units of "MAGNETIC LIMIT SWITCH AND CABLE ASSEMBLY", specifically BRANTNER P/N 41395 (or equivalent), EB P/N 218086344, EB SPEC P/N EB-5171 /3-100. Each switch must be molded to 90 feet of FSS-2 cable, intended for "EXT/RET INDICATIONS", and a single continuous length is required. Delivery is requested by May 22, 2026, FOB Destination.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 335313
  • FSC Code: 5930
  • Quotes Due: April 27, 2026, 12:00 PM HST
  • Published Date: April 22, 2026
  • Delivery Required: By May 22, 2026

Submission & Evaluation

Quotes must be submitted via email to angela.morrelli.civ@us.navy.mil. Evaluation will be based on Lowest Price Technically Acceptable (LPTA), with Technical Capability as the primary factor, followed by Price and Delivery. Offerors must meet all requirements; partial offers may be deemed unacceptable. Vendor responsibility will be screened in accordance with FAR 9.104, potentially using PPIRS and the Supplier Performance Risk System (SPRS).

Required quote information includes company details, price, manufacturer name, country of origin, CAGE Code, DUNS, SAM Registration status, TAX ID NO. (TIN), estimated delivery, business size, and prompt payment terms. If offering an "OR EQUAL" brand, literature/specifications, make, and model must be provided. Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019. Failure to provide required information may result in a technically unacceptable quotation.

Additional Notes

This solicitation incorporates FAR Part 12 and Simplified Acquisition Procedures (FAR Part 13). Contractors are responsible for familiarizing themselves with applicable clauses and provisions, including those related to telecommunications equipment (FAR 52.204-26, 52.204-24, 52.204-25), TikTok prohibition (FAR 52.204-27), and Federal Acquisition Supply Chain Security Act (FASCSA) Orders (FAR 52.204-29 & 52.204-30). The government requires paperless distribution of purchase orders and uses Wide Area Work Flow (WAWF) for electronic invoicing and payment requests. Quoters must be registered in the SAM database to be considered for award.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 22, 2026
SWITCH,REED | GovScope