TRIGGER, BLAST

SOL #: SPMYM426Q3189Combined Synopsis/Solicitation

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
Feb 10, 2026
2
Submission Deadline
Feb 13, 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 is seeking quotes for TRIGGER, BLAST components through a Combined Synopsis/Solicitation under Simplified Acquisition Procedures. This requirement is a 100% Small Business Set-Aside. Quotes are due by February 13, 2026, at 9:00 AM HST.

Scope of Work

The opportunity requires the provision of 300 units of "TRIGGER, BLAST" components. Specifically, these are described as: SEALED SWITCH, KWIKFIRE 155 ELECTRIC REMOTE-CONTROL HANDLE, KWIKFIRE 155 ELECTRIC CONTROL SWITCH, INCLUDES 10 FT OF 16-2 CORD. Vendors must list the country of origin for each line item. Shipping must be included in the unit price, with delivery FOB Destination to PEARL HARBOR NAVAL SHIPYARD IMF, 667 SAFEGUARD STREET, BLDG 167-1 RECV, PEARL HARBOR, HI 96860-5033.

Contract Details

  • Type: Combined Synopsis/Solicitation for commercial items, utilizing Simplified Acquisition Procedures (FAR Part 12 and 13).
  • Set-Aside: 100% Small Business Set-Aside.
  • FSC Code: 5930 (Switches).
  • NAICS Code: 335313 (Switchgear and Switchboard Apparatus Manufacturing), with a Small Business Standard of 1,250 employees.
  • Payment Terms: Net 30 Days after acceptance of material. Vendors can indicate preference for Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF).

Evaluation Criteria

Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Vendor responsibility will be determined using PPIRS and screened in accordance with FAR 9.104.

Submission Requirements

  • Response Due: February 13, 2026, 9:00 AM HST.
  • Submission Method: Email quotes to Kailie Thomas at kailie.m.thomas.civ@us.navy.mil.
  • Required Documents: Offerors MUST complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019 with their offer. A completed copy of 52.212-3 and its ALT I is also required if not updated in SAM.
  • Quote Content: Quotes must include price(s), FOB point, CAGE Code, a point of contact (name and phone number), GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method. Additionally, vendors must specify if they are quoting as a manufacturer, authorized distributor, or third-party dealer, and provide the manufacturer's name and size (SB/LG), SAM CAGE, DUNS, and TIN.
  • Registration: Quoters must be registered in the System for Award Management (SAM) database (www.sam.gov) to be considered for award.

Applicable Clauses

This solicitation incorporates provisions and clauses from FAR (e.g., 52.212-1, 52.212-3, 52.219-6), DFARS (e.g., 252.204-7012, 252.225-7001), DLAD, and local clauses. Offerors are responsible for familiarizing themselves with all applicable clauses.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
TRIGGER, BLAST | GovScope