Light Fixture
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 Department of the Navy, Norfolk Naval Shipyard GF, is soliciting proposals for High Bay LED Light Fixtures under a Firm Fixed-Price contract. This Total Small Business Set-Aside opportunity seeks to procure 86 units to replace existing lighting with energy-efficient, higher-lumen fixtures at Portsmouth, VA. Proposals are due by March 27, 2026, at 12:00 PM ET.
Scope of Work & Requirements
This solicitation (N4215826QE026) is for the procurement of 86 High Bay LED Light Fixtures. Key specifications include:
- Type: UFO LED, Dimmable
- Performance: 120,000 Lumen Max, Selectable Wattage (700W/750W/800W), 120/208/240/277 VAC, IP-65 rating, 5000 Kelvin Color Temperature, 10KV Surge Protection.
- Construction: Aluminum housing, Black finish.
- Operating Conditions: -40 to 122 degrees F.
- Equivalency: Equivalent to 2000W Metal Halide.
- Compliance: Certificate of Compliance required, Mercury Free clause invoked. The fixtures are intended for shore-based facilities, not shipboard, and BABA/BAA compliance will be assessed accordingly.
Contract Details
- Contract Type: Firm Fixed Price
- Quantity: 86 units
- Delivery: On or before June 26, 2026, FOB Destination. Minor variations in delivery schedule or partial shipments may be considered if necessary to fulfill the total quantity.
- Place of Performance: Portsmouth, VA 23709, United States
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335132 (Lighting Fixture Manufacturing), Size Standard: 600 employees.
Submission & Evaluation
Offers will be evaluated based on Technical Submission, Price, and Past Performance. The award will be made to the responsible Offeror whose proposal is most advantageous to the Government, considering price and other factors. Specifically, the award will go to the technically acceptable item(s) resulting in the lowest aggregate price.
- Technical Acceptability: Quotes must meet all identified requirements. Bidders must complete and submit Attachment (A) "Technical Capabilities Form" to certify compliance.
- Price: Evaluated based on the total estimated price.
- Past Performance: Evaluated per FAR 13.106-2 or 15.305(a)(2), subject to the Supplier Performance Risk System (SPRS). Proposals must include Technical Capability, Price Submission, and acknowledgement of all amendments. Quotes must be firm for sixty (60) days.
Key Dates & Contact
- Proposal Due Date: March 27, 2026, at 12:00 PM (Eastern Time).
- Submission Method: Via email to michelle.r.augustus.civ@us.navy.mil.
- Contact: Michelle Augustus, michelle.r.augustus.civ@us.navy.mil, 757-396-4922.
Additional Notes
The solicitation includes numerous FAR and DFARS clauses covering areas such as cybersecurity, hazardous materials, unique item identification, and payment instructions via Wide Area WorkFlow (WAWF).