LED HEADLIGHT BAND
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 is soliciting proposals for 2,400 LED Headlight Bands (LITEBAND FLEX 300 HEADLAMP 300 LUMENS BLACK, NSN: 6230LLS054759). This is a 100% Total Small Business Set-Aside using commercial and simplified acquisition procedures. The resulting award will be a Firm Fixed-Price supply contract for FOB Destination delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Offers are due by April 21, 2026, at 10:00 AM.
Scope of Work
The requirement is for the procurement of 2,400 units of the LED HEADLIGHT BAND, specifically the LITEBAND FLEX 300 HEADLAMP 300 LUMENS BLACK, with manufacturer part numbers LBF300-A / LBF300-AN/LBA300-A/LBA300-AN. Delivery is required on or before April 27, 2026.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 335139, Size Standard 1250 employees).
- Place of Performance: Puget Sound Naval Shipyard IMF, Bremerton, WA.
- Delivery Date: On or before April 27, 2026.
- Product Service Code: 6230 (Electric Portable And Hand Lighting Equipment).
Submission & Evaluation
- Offer Due Date: April 21, 2026, 10:00 AM.
- Submission Instructions: Offerors must download the RFQ, complete the solicitation in its entirety, including blocks 12, 17, 23, 24, and 30, and sign page 1 boxes 30 a, b, and c. Required information includes CAGE Code, company size, commercial item status (Y/N), COTS status (Y/N), lead time/delivery date, pricing for each CLIN (FOB Destination), manufacturer details (name, cage code, country of origin, part number), specification sheets, and a redacted quote from the manufacturer/distributor. All representations and certifications must be completed, and the entire solicitation package returned. Offerors must be registered in SAM.gov.
- Evaluation Criteria: Award will be made to the responsible Offeror whose offer is most advantageous to the Government, considering price and other factors (Technical, Price, Performance).
- NIST SP 800-171: Required for contractors unless items are Commercial Off The Shelf (COTS) and identified as such.
Contact Information
All questions regarding the solicitation and submissions should be directed via email to Vera Anderson at vera.anderson@dla.mil.