Lighting and Electrical DRAFT Solicitation_SPE4AX26R0018
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) Weapons Support has issued a draft Request for Proposal (RFP) for Lighting and Electrical components (Federal Supply Groups 62 and 59). This presolicitation seeks industry feedback to refine the acquisition strategy for multiple Firm-Fixed Price, Indefinite Quantity Long-Term Contracts (LTCs). The goal is to establish long-term supplier relationships to enhance material availability and reduce lead times for warfighter support. This opportunity is a 100% 8(a) Set-Aside.
Opportunity Details
- Notice Identifier: 27727e50e7db4023bfb80f0e226b0761
- Contract Type: Multiple Firm-Fixed Price, Indefinite Quantity Long-Term Contracts (LTCs).
- Period of Performance: A four (4)-year base period with two (2), three (3)-year option periods.
- Set-Aside: 100% 8(a) Set-Aside (FAR 19.8).
- NAICS Code: 335999 (Lighting and Electrical LTC) with a 500-employee small business size standard.
- Product Service Code: 6210 (Indoor And Outdoor Electric Lighting Fixtures).
Scope of Work
Awardees will acquire and provide a broad range of National Stock Numbers (NSNs) for FSGs 62 (Lighting Fixtures and Lamps) and 59 (Electrical and Electronic Equipment Components). Responsibilities include managing delivery orders, sourcing, quality, packaging, and ensuring compliance with country of origin and small business manufacturing requirements. Delivery will be FOB Destination to DLA direct locations.
Key Requirements & Deliverables
- Pricing: Contractors must price 25% of the total market basket NSNs to be considered for award.
- Order Processing: Electronic orders, invoices, and payment requests via Wide Area Work Flow (WAWF).
- Performance Metrics: Maintain a minimum 90% On-Time Delivery (OTD).
- Quality Certification: Requires ISO 9001:2015 certification.
- Cyber Security: Compliance with DFARS 252.204-7012, DFARS 252.204-7019, DFARS 252.204-7020, and DFARS 252.204-7021 (NIST SP 800-171 and CMMC requirements).
Evaluation Factors
Proposals will be evaluated using a Performance Price Trade-Off (PPTO) approach, with technical factors and past performance weighed equally against price. Evaluation factors include:
- Factor I: Technical Acceptability (Pass/Fail - ISO 9001:2015).
- Factor II: Cyber Security (Pass/Fail - DFARS, NIST SP 800-171, CMMC).
- Factor III: Past Performance (recency, relevancy, quality).
- Factor IV: Price (reasonableness and balance).
Submission & Deadlines
- Submission Method: Offers should be submitted via the Procurement Integrated Enterprise Environment (PIEE).
- Draft RFP Feedback Due: June 5, 2026, at 5:00 PM ET.
- Inquiries: Must be submitted in writing via email to the points of contact at least seven days prior to the due date.
Contact Information
- Primary: Jessica Ozmore (Rackley) - jessica.rackley@dla.mil, 445-737-1860
- Secondary: Gary Miller - Gary.L.Miller@dla.mil