BODYLIGHT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 - Puget Sound has issued a Solicitation (SPMYM226Q5437) for 21 units of "BODYLIGHT" (Electric Portable And Hand Lighting Equipment). This opportunity is a Total Small Business Set-Aside. The required product is a portable, rechargeable, explosion-proof LED light, specifically Western Technology, part number 8910NC, or an approved equal. Quotes are due by February 2, 2026, at 10:00 AM PST.
Scope of Work
This solicitation seeks 21 units of "BODYLIGHT", which includes a lighthead, rechargeable battery, charger, and strap bars (case not included). The required item is a portable, rechargeable, explosion-proof LED light with specific technical specifications:
- Certifications: UL844 explosion-proof (Class I, II, III; Div 1 & 2; Groups C, D, E, F, G; CSA Zones 1 & 2; Zones 20, 21, & 22) and NEMA Type 6P for wet locations.
- Light Specifications: LED Chip on Board emitter, 5700°K CCT, ~2500 lumens luminous flux, wide floodlight projection.
- Battery: Rechargeable Li-ion, UN/DOT 38.3 compliant for shipping, with a smart charger base (120/240 VAC input, 12-15VDC output).
- Origin: Designed & Manufactured in the USA. Vendors offering "equal-to" material must provide manufacturer specifications for technical evaluation.
Contract & Timeline
- Opportunity Type: Solicitation
- Contract Type: Implied Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Published Date: January 30, 2026
- Response Due Date: February 2, 2026, 10:00 AM PST
- Place of Performance: Silverdale, WA
- Estimated Value: Over $15,000.00
Submission & Evaluation
Quotes must be submitted electronically via email to armando.saya@dla.mil. A signed and completed solicitation is required for a bid to be deemed responsive. Specific information required in the quote includes contractor info, CAGE code, POC, pricing, lead time/delivery date, manufacturer details (name, address, country of manufacturing), and checked boxes for FAR clauses 52.204-24 (d)(1) and (2) and 52.209-11 (b)(1) and (2). Evaluation will prioritize Technical and Past Performance over Price. Offers will be assessed for technical acceptability, adherence to specifications, and delivery requirements. Past performance will be evaluated using SPRS data and other sources. Payment will be made via Wide Area Work Flow (WAWF).
Additional Requirements
- NIST SP 800-171: Contractors required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old). Items deemed Commercial Off The Shelf (COTS) are exempt, but must be identified to the contracting officer.
- Logistics: Requires Defense Biometric Identification System (DBIDS) credential for base access, use of Vendor Shipment Module (VSM) for documentation, marking shipments per ASTM-D-3951, and mandatory pallet usage for non-small parcel items.
- Item Unique Identification (IUID): Required for delivered items.