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 an Award Notice for a contract to procure 21 units of "BODYLIGHT" (Western Technology, P/N 8910NC), a portable, rechargeable, explosion-proof LED lighting equipment. This contract, resulting from solicitation SPMYM226Q5437, was a Total Small Business Set-Aside and was published on February 11, 2026. The awardee is not specified in the provided information.
Scope of Awarded Contract
The awarded contract covers the supply of 21 "BODYLIGHT" units, which include a lighthead, rechargeable battery, charger, and strap bars (case not included). These units are specified as portable, rechargeable, explosion-proof LED lights designed for hazardous locations.
Key Technical Specifications
The "BODYLIGHT" units meet stringent specifications, including:
- 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), NEMA Type 6P for wet locations.
- Light Specs: LED Chip on Board, 5700°K CCT, ~2500 lumens, wide floodlight projection.
- Run Time: Varies by setting (Low: ~14 hrs, Medium: ~7 hrs, High: ~3.5 hrs).
- Materials: Machined 6061-T6 Aluminum housing with polyurethane bumpers.
- Battery: Rechargeable Li-ion, approved for shipping (UN/DOT 38.3 compliant).
- Charger Base: Input 120/240 VAC, output 12-15VDC, UL 1310 and CSA C22.2#223 compliant.
- Origin: Designed & Manufactured in the USA.
Contract Details
- Contract Type: Implied Firm Fixed Price.
- Set-Aside: Total Small Business.
- Estimated Value: Over $15,000.00 (as per original solicitation).
- Place of Performance: Silverdale, WA.
- Delivery Requirements: Included Defense Biometric Identification System (DBIDS) credential for base access, Vendor Shipment Module (VSM) for shipping documentation, ASTM-D-3951 marking/preparation, mandatory pallet usage, and Item Unique Identification (IUID).
Original Solicitation & Evaluation
The original solicitation (SPMYM226Q5437) was issued on January 30, 2026, with proposals due by February 2, 2026, at 10:00 AM. Evaluation was based on Technical, Past Performance, and Price, with Technical and Past Performance considered more important than Price. Payment was to be made via Wide Area Work Flow (WAWF).
Contact Information
For inquiries related to this award, contact Armando Saya at armando.saya@dla.mil or 385-591-1078.