Opportunity

SAM #SPMYM426Q3352

Procurement of Curtiss-Wright Magnetic Switch Assemblies for Pearl Harbor Naval Shipyard

Buyer

DLA Maritime Pearl Harbor

Posted

May 04, 2026

Respond By

May 06, 2026

Identifier

SPMYM426Q3352

NAICS

335313

DLA Maritime - Pearl Harbor is seeking to procure magnetic switch assemblies for use at Pearl Harbor Naval Shipyard. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor, Weapons Support Office - OEM Highlight: - Curtiss-Wright Electro-Mechanical Corporation is the sole approved manufacturer - Products Requested: - Magnetic Switch Assembly (Switch, Reed, Magnetic Switch Assembly) - Part number: 4D96625G01 - Quantity: 8 units - Procurement Details: - Sole source to Curtiss-Wright due to proprietary manufacturing requirements - Only quotations for the specified OEM will be considered - Total Small Business Set Aside under NAICS 335313 - Evaluation based on Lowest Price Technically Acceptable (LPTA) - Submission Requirements: - Offerors must provide descriptive literature, technical specifications, and proof of traceability to the OEM - Country of origin must be listed for each line item - Compliance with FAR, DFARS, and DLA procurement clauses required - Registration in System for Award Management (SAM) is mandatory - Delivery: - FOB Destination to Pearl Harbor Naval Shipyard IMF, Hawaii

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.gov. The RFQ number is SPMYM426Q3352. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 October 1, 2025, and DFARS Change Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address:

https://www.ecfr.gov https://www.acquisition.gov/content/list-sections-affected http://www.acq.osd.mil/dpap/dars/change_notices.html

The FSC Code is 5930 and the NAICS code is 335313. The Small Business Standard is 1,250 employees. This requirement is being processed utilizing Total Small Business Set Aside.

Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104.

This requirement is sole sourced mandatory to CURTISS-WRIGHT ELECTRO-MECHANICAL CORPORATION due to the proprietary nature of the drawing listed above. This will prevent waste of government money and wrong material orders that can cause work stoppage. Quotations received that represent a different manufacturer will not be considered for award.

Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. A technical spec sheet and proof of traceability are required to be sent with the quote. Failure to provide this information may result in your quotation being determined technically unacceptable.

DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing:

ITEM                                                 QTY U/I           UNIT PRICE              TOTAL PRICE 0001                                                   8           EA           __________           ___________

DESCRIPTION SWITCH, REED, MAGNETIC SWITCH ASSEMBLY, CURTISS-WRIGHT ELECTRO-MECHANICAL CORPORATION P/N 4D96625G01.

NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER.

FAR CLAUSES AND PROVISIONS

52.204-7, System for Award Maintenance 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24* See Attachment for this provision 52.204-26* See Attachment for this provision 52.204-29 FASCSA Representation* See Attachment for this provision 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services 52.212-3, Offeror Reps and Certs - Commercial Products and Commercial Services 52.212-4, Contract Terms and Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations (OVER 10K) 52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) in lieu of clause at FAR 52.223-23. 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.233-2 Service of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.253-1, Computer Generated Forms

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement:

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim

Additional clauses and provisions follow in similar structured lists, including DFARS clauses, DLAD clauses, procurement notes, and local clauses, each formatted with and tags for clarity.

Note: Vendor shall list the country of origin for each line item.

System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/.

VALIDITY: UNTIL ___________________

Quoter Name: __________________________________

Email: __________________________________

Phone: __________________________________

Business Name: __________________________

Cage Code: ______________________________

Small Business: ________ or Large Business: _______

Include shipping in the unit price of the item. We need FOB Destination to the address below:

PEARL HARBOR NAVAL SHIPYARD IMF 667 SAFEGUARD STREET, BLDG 167-1 RECV PEARL HARBOR, HI 96860-5033 UNITED STATES

ESTIMATED DELIVERY: ___________________ WEEK(S)

Please review and return your quote with the following information:

QUOTING AS MANUFACTURER? Yes ___ No ___

QUOTING AS: ___ AUTHORIZED DISTRIBUTOR or ___ THIRD PARTY DEALER

Name of Quoted Manufacturer ___________________ MFG SIZE: SB ___ LG ___

SAM CAGE CODE: ________________ DUNS #: ______________ TIN #: _______________

Please submit quotations via email at kailie.m.thomas.civ@us.navy.mil.

All quotes shall 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, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

*If selecting GCPC as the preferred method of payment, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF.

******* END OF COMBINED SYNOPSIS/SOLICITATION ********

View original listing