SWITCH,REED

SOL #: SPMYM426Q33340001Solicitation

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

No set aside specified

Timeline

1
Posted
Apr 29, 2026
2
Submission Deadline
Apr 30, 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 SWITCH, REED Magnetic Limit Switch and Cable Assemblies. This is an unrestricted solicitation for a Firm Fixed Price contract to procure 8 units of a specific part-numbered item. Quotes are due by April 30, 2026, 12:00 PM HST.

Scope of Work

This Request for Quotation (RFQ) is for eight (8) Magnetic Limit Switch and Cable Assemblies. The required item is Brantner P/N 41395, EB P/N 218086344, EB SPEC P/N EB-5171/3-100. Each switch must be molded to 90 feet of FSS-2 cable for EXT/RET indications, requiring one continuous length.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Set-Aside: Unrestricted (Not a small business set-aside)
  • Quantity: 8 Each
  • Delivery: Requested by May 22, 2026, FOB Destination
  • Quotes Due: April 30, 2026, 12:00 PM HST
  • Published: April 29, 2026

Submission & Evaluation

Quotes must be submitted via email to angela.morrelli.civ@us.navy.mil. Required information includes company details, price, manufacturer, country of origin, business size, delivery date/lead time, and reseller/distributor status. Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019.

Award will be made to the responsible offeror whose quote is most advantageous, based on a Lowest Price Technically Acceptable (LPTA) evaluation. Technical Capability is the primary factor, followed by Price and Delivery. Vendor responsibility will be determined using PPIRS. Alternate product offers for part-numbered items will be evaluated under specific conditions, including a $600 savings threshold.

Additional Notes

Contractors must be registered in the System for Award Management (SAM) database. The solicitation includes numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering telecommunications equipment prohibitions, supply chain security (FASCSA), ByteDance application restrictions, and Wide Area Workflow (WAWF) payment instructions. Approved sources for part-numbered items are restricted to those on the source control drawing.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 29, 2026
SWITCH,REED | GovScope