Opportunity

SAM #SPMYM4-26-Q-3397

Procurement of Western Technology LED Blast Light Systems for Pearl Harbor Naval Shipyard

Buyer

DLA Maritime Pearl Harbor

Posted

May 16, 2026

Respond By

May 20, 2026

Identifier

SPMYM4-26-Q-3397

NAICS

335999, 335129

This opportunity involves the Defense Logistics Agency (DLA) Maritime - Pearl Harbor seeking specialized lighting equipment for naval operations: - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor, Department of Defense - Contracting office located at 667 Safeguard St Suite 100, Pearl Harbor, HI - OEMs and Vendors: - Western Technology is the specified Original Equipment Manufacturer (OEM) - Vendors must identify the manufacturer and country of origin for each item - Products/Services Requested: - 15 units of Western Technology Model 3475-80/S LED Blast Light Systems - Each system includes a power converter and 100 feet of wire - Part number: 3475-80/S - Unique or Notable Requirements: - 100% small business set-aside - Vendors must submit descriptive literature to demonstrate compliance with specifications - Delivery is FOB destination to Pearl Harbor Naval Shipyard IMF in Hawaii - Payment terms are Net 30 via Wide Area Workflow after inspection and acceptance - Delivery timeline to be specified by vendor; inspection may take up to 30 days depending on QA level

Description

Combined Synopsis/Solicitation for Commercial Items This document is a combined synopsis/solicitation prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation shall be posted to SAM.gov. The RFQ number is SPMYM426Q3397. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 October 1, 2025, and DFARS Change Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions, which can be accessed in full text at: https://www.ecfr.gov https://www.acquisition.gov/content/list-sections-affected http://www.acq.osd.mil/dpap/dars/change_notices.html The FSC Code is 6230 and the NAICS code is 335999. The Small Business Standard is 600 employees or fewer. This requirement is being processed as a 100% set aside for small businesses. Responsibility Determination: SPRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. Submission Requirements: Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. Failure to provide this information may result in your quotation being determined technically unacceptable. Interested Parties: Must fill out the required request for quote form saved in the attachment section. Quote Limitations: Only one quote per vendor will be accepted. Multiple quotes will not be accepted. Delivery Date: Please provide the earliest delivery date. Requesting Activity: DLA Weapons Support, Pearl Harbor, requests responses from qualified sources capable of providing: Item Description                                     Quantity    U/I                                                                                               15   EA                                                                         Unit Price $_____, Total Price $____ CLIN 0001: DESCRIPTION LED Blast Light; Western Technology Model 3475-80/S Complete Blast Light System, Low Voltage with Power Converter, Comes with 100' of Wire, P/N 3475-80/S                                     Pricing is FOB destination and must include shipping and delivery to: PEARL HARBOR NAVAL SHIPYARD IMF 667 Safeguard St Suite 100, Pearl Harbor HI 96860-5033 PEARL HARBOR, HI 96860-5033 UNITED STATES Note: Offerors must complete the attached provisions 252.204-7016 and include the completed provisions with their offer. Additional Requirements: Vendors shall list the manufacturer and country of origin for each line item. All quotes shall include price(s), FOB point, Cage Code, a point of contact with name and phone number, GSA contract number if applicable, business size under the NAICS Code, and whether your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). The government's terms for payment are Net 30 Days after acceptance of material. If selecting GPC, the government does not utilize third-party payment entities (Zelle, Venmo, Paypal, etc.). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. If selecting GCPC, a receiving report must be entered into WAWF per DFARS 232.7002. End of Synopsis/Solicitation

View original listing