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), SPE4AX26R0018, for the Generation I Lighting and Electrical effort. 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 improve lead times for DLA depot stocked items. This opportunity is a 100% 8(a) Set-Aside.
Purpose & Background
DLA Weapons Support aims to replace numerous transactional procurements with strategic, long-term supplier relationships for lighting and electrical components. The feedback from this draft RFP will inform the government's acquisition strategy and assess trade-offs. All information provided by interested parties will be treated as proprietary.
Scope of Work
The effort involves providing material support for National Stock Numbers (NSNs) within Federal Supply Groups (FSGs) 62 (Lighting Fixtures and Lamps) and 59 (Electrical and Electronic Equipment Components). Awardees will be responsible for acquiring and providing a broad range of competitive NSNs, managing delivery orders, and maintaining technical expertise in sourcing, quality, packaging, and marking. Items must be sourced from approved suppliers compliant with country of origin and small business manufacturing requirements.
Contract Details
- 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.
- NAICS Code: 335999 (Lighting and Electrical LTC), with a 500-employee small business size standard.
- Place of Performance: FOB Destination to DLA direct locations.
Submission & Evaluation
Proposals, when formally requested, will be submitted via the Procurement Integrated Enterprise Environment (PIEE) in five volumes: Completed RFP, Technical Acceptability, Cyber Security, Past Performance, and Price, plus a sixth volume for ISO 9001:2015 Certification. Evaluation will be based on a competitive trade-off source selection, considering:
- Technical Acceptability (Pass/Fail, requiring ISO 9001:2015).
- Cyber Security (Pass/Fail, requiring DFARS 252.204-7012, NIST SP 800-171, CMMC compliance).
- Past Performance (recency, relevancy, quality).
- Price (reasonableness and balance). Offerors must price a minimum of 25% of the National Stock Numbers (NSNs) in Schedule B. The government reserves the right to award without discussions.
Key Documents
Critical documents include the Statement of Work (SOW), Section L (Instructions to Offerors), Section M (Evaluation Criteria), and the Schedule B Pricing Worksheet. The Lighting and Electrical_PID_text.xlsx details specific technical and quality requirements, including export control and CDI safeguarding.
Response & Deadline
Feedback on this draft RFP is requested by June 1, 2026. All communications and questions should be submitted in writing via email to the provided points of contact.