LED Marine Lanterns
ID: 70Z08424RWOPL0005Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDDOL-9NORFOLK, VA, 23510, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

INDOOR AND OUTDOOR ELECTRIC LIGHTING FIXTURES (6210)
Timeline
    Description

    The U.S. Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of Light Emitting Diode (LED) Marine Lanterns intended for use as Aids to Navigation (ATON). This solicitation, numbered 70Z08424RWOPL0005, is issued under an unrestricted bidding process, inviting full competition for various types of LED lanterns, including standalone and self-contained models with solar power options. The procurement aims to enhance maritime navigation safety through modern lighting technology, with a contract performance period of one year and options to extend for up to five additional years. Interested vendors must submit their proposals electronically by September 5, 2024, and direct any inquiries to Barbara T. Spruill at barbara.t.spruill@uscg.mil.

    Point(s) of Contact
    Barbara T. Spruill
    (757) 628-4159
    (757) 628-4135
    barbara.t.spruill@uscg.mil
    COURTNEY BAKER-WILLIAMS
    (757) 628-4042
    (757) 628-4135
    COURTNEY.BAKER-WILLIAMS@USCG.MIL
    Files
    Title
    Posted
    The document outlines a multi-year government contract proposal focusing on the supply of various types of LED lanterns and accessories. It specifies detailed schedules for supplies and services across several periods, including a base period from August 28, 2024, to August 27, 2025, followed by four option periods extending to August 27, 2029. Each section enumerates items such as standalone LED lanterns in multiple configurations, GPS sync upgrades, battery systems, and hard-wire sync ports. The proposal emphasizes the requirement for special preservation and marking for deliveries to the SFLC Warehouse in Curtis Bay, Maryland. It outlines unit prices for specific quantities, ensuring that all pricing includes requirements for federal, state, and local taxes. The overall contractual structure reflects the intention to secure a reliable source of lighting technology for government operations over an extended timeframe while adhering to standards of quality, preservation, and delivery. This proposal is part of a broader federal initiative to procure essential services and supplies through official channels, demonstrating a commitment to procurement transparency and efficiency in government operations.
    The United States Coast Guard, through the Shore Infrastructure Logistics Center (SILC), is seeking proposals for the procurement of commercial off-the-shelf (COTS) Light Emitting Diode (LED) Marine Lanterns intended for use as navigational aids. The specification outlines various types of lanterns, including standalone and self-contained versions, with options for solar power systems and batteries. Key features necessary for these lanterns include performance standards such as optical and intensity requirements, environmental resilience, and maintenance-free operation. Specifications detail critical parameters such as luminous intensity, power consumption, flash characteristics, and designs catered to withstand harsh marine environments. Additionally, lanterns are required to possess synchronization capabilities and must comply with industry standards and military specifications. The proposal submission must include assurances of product inspection, quality control, and warranty coverage. Overall, the document serves as a comprehensive guide for potential suppliers, detailing the Coast Guard's operational needs for reliable and effective marine lighting solutions.
    The Shore Infrastructure Logistics Center (SILC) of the U.S. Coast Guard has issued a request for proposals for the procurement of Light Emitting Diode (LED) marine lanterns intended to enhance lighted aids to navigation. Specification No. 506 outlines the need for commercially available, proven LED lanterns, including standalone, self-contained, and range lanterns capable of various intensities and power configurations. Key features include autonomous operation via solar power systems, durability against harsh maritime conditions, effective signal characteristics, and adjustable intensities ranging from medium to ultra-high levels. The document further specifies requirements for optical performance, power consumption, battery life, synchronization capabilities with existing systems, and compliance with military and industry standards. Additionally, it emphasizes minimal maintenance needs and a warranty for defects. Overall, this specification reflects the Coast Guard's objective to modernize navigational aids, promote maritime safety, and ensure environmental resilience through advanced lighting technology.
    The Shore Infrastructure Logistics Center of the United States Coast Guard issued a specification for Light Emitting Diode (LED) Marine Lanterns as part of their ongoing efforts to enhance maritime navigation safety. The specification outlines the acquisition of various types of LEDs, including standalone and self-contained lanterns, fitted for specific marine navigation applications. Key features required include adjustable luminous intensity, robust performance in harsh environmental conditions, and efficient solar power capabilities. The document details stringent performance, operational, and maintenance requirements, such as service life of minimum ten years, effective intensity calculations, and the need for synchronization capabilities with other Coast Guard lanterns. Additionally, it emphasizes compliance with military and industry standards, safety protocols, and serviceability aspects. The comprehensive nature of the specifications positions this RFP as a critical component in maintaining and upgrading government resources for navigation safety, reflecting the federal commitment to operational excellence and public safety in maritime environments.
    The Shore Infrastructure Logistics Center (SILC) of the United States Coast Guard seeks proposals for the procurement of various Light Emitting Diode (LED) marine lanterns intended for use as lighted aids to navigation. The request includes standalone and self-contained lanterns with both solar power options and various intensity levels. Specifications outline the performance requirements focusing on optical characteristic, energy efficiency, durability, environmental resilience, and usability in challenging conditions, such as extreme temperatures and moist environments. The intended products include medium to ultra-high-intensity lanterns, available in multiple colors, designed for both fixed structures and buoys. Notably, the lanterns must feature programmable flash characteristics, adjustable luminous intensity, synchronization capabilities, and must comply with standards set by the International Association of Marine Aids to Navigation and Lighthouse Authorities (IALA). The document mandates rigorous testing parameters and maintenance-free operation for up to a decade, ensuring longevity in maritime conditions. This RFP illustrates the Coast Guard's objective to enhance navigational safety through advanced marine lighting technology, thereby reinforcing its critical role in maritime operations.
    The document is a Material Inspection Acceptance and Receiving Report from the Department of Homeland Security. It details the inspection of materials and services provided under a specific government contract. Key elements include the contract number, contractor information, inspection status (accepted or rejected), and quantities of materials ordered, received, and remaining. The inspector certifies that the accepted materials conform to the contract requirements, while rejected items are not to be delivered unless authorized otherwise. Additional remarks and inspection dates are noted for clarity. This report serves as an official record of material inspection, ensuring compliance with government procurement standards and facilitating accountability in the delivery of contracted goods and services, particularly important within the context of federal grants and RFPs. Overall, the form emphasizes the importance of quality assurance in the government's procurement process.
    The document outlines the preservation, packaging, and marking requirements for LED lanterns ordered through the US Coast Guard Surface Forces Logistics Center (SFLC). It specifies that each lantern must be sealed in water-vapor-proof, electrostatic protective bags according to military standards. The packaging must adhere to MIL-STD-2073-1E to ensure protection during shipping and handling. Lanterns are to be individually packed in double-walled corrugated boxes with appropriate dunnage, and additional parts must be separately bagged and included with each unit. The document details marking requirements using waterproof labels on the packaging, requiring specific information such as stock numbers, CAGE codes, part numbers, and manufacturer dates. It emphasizes compliance with military identification standards for ease of tracking and inventory management. Moreover, it specifies delivery procedures, including shipment notifications to designated authorities, and outlines standard delivery hours at the designated facility. The guidelines ensure both the preservation of the product during transport and compliance with military logistics protocols, supporting effective supply chain operations within the Coast Guard.
    The Past Performance Questionnaire (PPQ) from the U.S. Coast Guard seeks evaluations from referees regarding a contractor's performance for a specific solicitation. The form requires detailed information about the evaluator and the contractor being assessed, including contract details and performance ratings across multiple areas: Quality of Product or Service, Schedule, Cost Control, Business Relations, and Management of Key Personnel. Each category is rated using a defined scale from "Exceptional" to "Unsatisfactory," along with space for comments to provide detailed assessments. The evaluators are instructed to submit the completed PPQ directly to the Coast Guard, contributing to the contractor's credibility and responsiveness for future contracts. This initiative emphasizes the importance of past performance as a significant criterion in awarding contracts, ensuring accountability and quality in government procurement processes. Overall, the PPQ forms an essential tool in assessing contractors' qualifications based on their historical performance related to federal projects.
    The document outlines the bidding requirements for various Standalone LED Lanterns and accessories, detailing the contract's pricing and specifications under multiple option periods from August 2024 to August 2029. Each section includes Contract Line Items (CLIN) organized by product description, unit quantities, and corresponding unit prices, all noted as $0.00. This includes upgrades for features like AIS, GPS Sync, and Hard-Wire Sync Ports, with each item accompanied by a designated delivery format for preservation and packaging to the SFLC Warehouse in Maryland. The contract specifies a Firm-Fixed Price structure, encompassing all necessary costs and taxes as per federal regulations. The listing demonstrates the government's commitment to modernizing equipment over several years while maintaining fiscal responsibility. Overall, this document serves as a crucial guide for providers interested in fulfilling these government procurement needs.
    This document outlines a federal Request for Proposals (RFP) amendment regarding the procurement of various types of LED lanterns and accessories over multiple contract periods. The proposal is divided into five schedules, each detailing a base period and four optional periods, spanning from August 2024 to August 2029. Each schedule specifies Contract Line Items (CLIN) for standalone LED lanterns, upgrades (AIS, GPS Sync, Hard-Wire Sync, Battery Charge Port), and special preservation, packing, and marking services for delivery to the U.S. Coast Guard's SFLC Curtis Bay warehouse. Notably, all items are priced at $0.00, indicating that actual costs will be determined upon contract award. The structure includes a clear delineation of each contract period, listing quantities and unit prices for various lantern types including small, large, and high-intensity lanterns. The objective is to provide comprehensive support for the U.S. Coast Guard through the provision of modern, reliable lighting solutions. This initiative aligns with government procurement processes focused on transparency, competitiveness, and adherence to requisite standards for federal contracting.
    The document is a government Request for Proposal (RFP) detailing various contracts for the supply of LED lanterns and accessories over multiple periods from August 2024 to August 2029. It includes a breakdown of line items (CLINs) for standalone LED lanterns, self-contained lanterns, lighthouse lanterns, and range lanterns, along with upgrades such as GPS synchronization. Each section specifies quantities, units, and total prices, all listed as $0.00, indicating a firm-fixed price that encompasses all applicable taxes and duties according to federal guidelines. The document is organized into base periods and multiple option periods, potentially extending contracts for ongoing supply needs. Special preservation, packaging, and marking requirements for deliveries to the SFLC Warehouse in Curtis Bay, Maryland, are also emphasized. The overall purpose is to solicit bids from vendors to fulfill these supply requirements, ensuring safety and compliance with U.S. government procurement regulations. This systematic presentation reflects the structured nature of government procurement processes aimed at maintaining quality and accountability in vendor selection for public service provision.
    The document outlines a government Request for Proposal (RFP) for the procurement of various types of LED lanterns and associated upgrades over five years, commencing from August 28, 2024. It details specifications for standalone LED lanterns in various configurations, small and large self-contained LED lanterns, and high to ultra-high intensity standalone LED range lanterns. Each item is assigned a unique Contract Line Item Number (CLIN), with associated quantities, unit prices, and total amounts indicated as $0.00, suggesting potential for future pricing negotiations or updates. The contract spans a base period followed by four option periods, allowing for renewal and continuation of services. Specific provisions for special preservation, packaging, and marking are also included for logistics to the SFLC Warehouse in Curtis Bay, Maryland. The document emphasizes the firm-fixed pricing model encompassing all related costs, including taxes, with delivery based on FOB destination guidelines. Overall, the RFP seeks to ensure compliance with federal regulations while readying supplies necessary for operational effectiveness in designated agencies.
    This document serves as Amendment 0001 to solicitation number 70Z08424RWOPL0005, issued by the USCG for Base Commercial Supplies Support. The amendment is effective as of July 24, 2024. It outlines several revisions to the originally proposed pricing schedules and specifications for LED marine lanterns. Specifically, it includes the introduction of an additional line item (CLIN 1001AB) in Schedule B.1, and a correction to the description in Schedule B.5 to specify "High Intensity Standalone LED Range Lanterns and accessories." Furthermore, Specification 506 has been updated, with the last sentence of Paragraph 3.4 regarding environmental requirements deleted. Despite these changes, the due date for proposals remains unchanged. The document emphasizes the importance of acknowledging receipt of this amendment to avoid rejection of offers. Overall, this amendment reflects administrative adjustments aimed at clarifying project requirements for suppliers in the context of federal procurement processes.
    This document pertains to Amendment 0002 of the USCG solicitation number 70Z08424RWOPL0005, effective July 30, 2024, concerning LED marine lanterns. It clarifies specifications and addresses supplier inquiries regarding technical requirements. Key clarifications include: responses to the technical specifications in Section 3 are deemed satisfactory without addressing every section in the data sheets; requests to reduce divergence specifications were denied; independent products for each horizontal divergence requirement are permitted; and GPS synchronization is accepted as an alternative to hardwired sync. The amendment confirms that the due date for proposal submissions remains unchanged and reiterates that all other terms and conditions of the initial solicitation remain in full effect. This document is part of the procurement process, ensuring compliance and clear communication regarding requirements for potential contractors.
    The document is an amendment (Amendment 0003) to a solicitation numbered 70Z08424RWOPL0005, issued by the US Coast Guard, detailing changes to the procurement of LED marine lanterns. Effective from July 31, 2027, this amendment revises Attachment 1, specifically Schedule B.1, to correct the descriptions of contract line item numbers for standalone LED lanterns. The modification removes “Not Applicable” from the EPA unit price column for items 1001 to 4001. The deadline for proposal submissions has not changed, and all other terms and conditions from previous documents remain in effect. The document seeks to ensure clarity in the contract specifications and maintain supplier compliance during the bidding process, reflecting standard practices in government-requested procurements.
    The document outlines Amendment 0004 to Solicitation 70Z08424RWOPL0005, effective August 7, 2024. It revises certain specifications for the procurement of LED Marine Lanterns, specifically correcting Schedule B.1 to "Standalone LED Lanterns." Additionally, it increases the page limits for two sections of the Technical Volume: the Technical Approach is now limited to 35 pages, and Quality Control is limited to 25 pages. The deadline for proposal submissions is extended to August 21, 2024, at 3:00 PM Eastern Time. The amendment emphasizes that all other terms and conditions from the original solicitation remain in effect unless otherwise altered. This document serves to formalize changes within the federal contracting process while ensuring clarity and compliance for prospective contractors, reflecting the government's ongoing efforts to maintain rigorous procurement standards and timelines.
    The document outlines Amendment 0005 to Solicitation 70Z08424RWOPL0005, which pertains to the procurement of LED marine lanterns by the U.S. Coast Guard (USCG). The amendment, effective from August 13, 2024, extends the proposal submission deadline to September 5, 2024, at 3:00 PM Eastern Time, and addresses various vendor questions regarding specifications, pricing schedules, and contract terms. Key revisions include the disallowance of Bluetooth functionality for the lanterns due to USCG regulations and corrections to pricing schedules that clarify accessory requirements for different contract periods. The amendment ensures clarity by responding to inquiries about product specifications, intensity requirements, and necessary documentation for proposals, including Past Performance Questionnaires from previous contracts. Overall, the document reflects the USCG’s effort to finalize technical requirements and procedural compliance for potential contractors, ultimately aiming to ensure a competitive bidding process for marine lanterns with strict adherence to quality and performance standards.
    The amendment extends the question cutoff date to 08/13/2024 and the receipt of proposals to 09/05/2024. It clarifies and modifies various solicitation sections, including Bluetooth capabilities, pricing schedules, and contract line item numbers (CLINs), and makes corrections to solicitation pages 37, 39 and 40. It also addresses discrepancies in the solicitation's performance and divergence requirements, confirming which instructions suppliers should follow. Offerors are required to submit priced schedules, technical and past performance sections, and acknowledge receipt of the amendment. The amendment aims to facilitate a competitive bidding process for LED marine lanterns and associated accessories.
    The U.S. Department of Homeland Security, through the U.S. Coast Guard, has issued a solicitation (70Z08424RWOPL0005) to procure Light Emitting Diode (LED) Marine Lanterns for Aids to Navigation (ATON). This contract falls under an unrestricted bidding process, inviting full competition. The contract will be managed according to FAR regulations for commercial item acquisition and negotiation. Offerors must read the entire solicitation and submit all required documentation electronically, adhering to a strict deadline of August 15, 2024, at 3:00 PM Eastern Time. The contract has a base performance period of one year, with options to extend for up to five years. Offerors are required to provide fixed unit pricing for various types of LED lanterns and must comply with specifications outlined in USCG Specification 506, Revision 4. The solicitation emphasizes the need for program management and includes clauses regarding invoicing, contract fulfillment, and late delivery penalties. Additionally, it incorporates economic price adjustments tied to diesel fuel costs. Questions from potential bidders must be submitted in writing by August 5, 2024. Overall, this solicitation represents a strategic move to enhance maritime navigation safety through modern lighting technology.
    This document outlines the requirements for submitting a proposal for a federal contract involving the fabrication and assembly of specific lanterns. Offerors must provide a detailed technical approach, including a comprehensive description of their production process that addresses various performance requirements such as optical performance, power systems, and environmental conditions. Additionally, proposals must include a quality control plan that details inspections, packaging, and shipping procedures, ensuring compliance with predetermined specifications. The government will evaluate submissions based on the ability to meet these technical and quality requirements, with a clear understanding of all stipulated criteria. It's specified that prices should not be included in the technical section, and proposals should avoid unnecessary elaboration, remaining concise and effective within set page limits for each section. This RFP aims to ensure that the government acquires products that meet its operational needs through a thorough evaluation process of potential contractors.
    Lifecycle
    Title
    Type
    LED Marine Lanterns
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    62--LIGHT,NAVIGATIONAL,MAR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of navigational lights (NSN 6220011765622) specifically designed for maritime use. The requirement includes a total of 69 units to be delivered to DLA Distribution Puget Sound within 250 days after order, along with an additional single unit to be delivered within 90 days. These lighting fixtures are critical for ensuring safe navigation in maritime operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. This opportunity is set aside for small businesses under the SBA guidelines, and all responsible sources may participate in the bidding process.
    BAA/TAA Compliant - Pin-Based LED Lamps
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Huntsville Center, is seeking capability statements from manufacturers and vendors for pin-based Light-Emitting Diode (LED) lamps that comply with the Buy American Act (BAA) and Trade Agreements Act (TAA). The procurement aims to source various types of pin-based LED lamps, including specific models from Philips and Green Creative, which will be utilized in a comprehensive retrofit lighting solution for existing fixtures. Interested parties must submit their responses, including technical specifications and cost details, to Ms. Tina Riley by email no later than 2:00 p.m. Central Standard Time on September 11, 2024, as this is a sources sought notice and not a request for proposals.
    62--LIGHT,WARNING
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 229 units of NSN 6220016476028, specifically for LIGHT, WARNING. This solicitation is part of a Combined Synopsis/Solicitation and aims to fulfill the need for lighting fixtures and lamps, which are critical for various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery is set for 90 days after award. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be found by accessing the solicitation document through the DLA's Digital Bid Board System.
    Display, Indicator Light
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 2,114 units of Display, Indicator Light (NSN 5980-01-203-9495). This requirement is set aside for small businesses and aims to fulfill a critical need for optoelectronic devices used in military applications, with delivery expected within 137 days after receipt of order to multiple domestic DLA stocking locations. Interested vendors should note that the solicitation will be available on or around September 12, 2024, via the DLA Internet Bid Board System (DIBBS), and are encouraged to contact Christopher Wallace at Christopher.Wallace@dla.mil or 614-692-6151 for further inquiries.
    LED DRIVER
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of LED drivers, specifically part numbers T1UNV024V-60L and T1M1UNV210P-60L, to support operations at the U.S. Naval Base Yokosuka, Japan. This acquisition is a small business set-aside and aims to replace damaged components that are critical for operational efficiency, adhering to strict compatibility requirements as outlined in existing ship drawings. The contract will be a firm-fixed-price agreement, with proposals due by August 30, 2024, and inquiries accepted until August 27, 2024. Interested parties should contact Jennifer Boyle via email at jennifer.l.boyle16.civ@us.navy.mil for further information.
    CHEMICAL LIGHT STICKS
    Active
    Dept Of Defense
    The Department of Defense, Defense Logistics Agency, seeks quotes for a one-time small purchase order of Chemical Light Sticks, NSN 6260-01-341-8709, with a focus on awarding the contract to a small business. The solicitation will be posted on DIBBS, with a closing date for quotes set for September 9, 2024. This procurement aims to ensure an adequate supply of these light sticks, which are crucial for military operations, offering a reliable off-grid lighting solution. Per the solicitation, interested parties should contact Tamika Hines at Tamika.T.Hines@dla.mil or via phone at 215-737-5192 for further details. The funding amount has not been specified, but the deadline to submit quotes is firm.
    USCG SBPL OTH LEVER, REMOTE CONTROL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of an OTH LEVER, REMOTE CONTROL. This item falls under the category of MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS. The procurement will take place in Curtis Bay, MD (zip code 21226), USA. The primary contact for this procurement is Kenneth Tankersley, who can be reached at KENNETH.C.TANKERSLEY@USCG.MIL. The notice states that this is a commercial item solicitation and quotes are being requested. The award will be made using the lowest price technically acceptable method, and it will be a firm fixed price purchase order. For detailed requirement information, please refer to the attached solicitation documents.
    62--LIGHT,TAXIING,AIRCR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking small business concerns to provide 40 units of electric vehicular lights and fixtures, identified by NSN 7R-6220-017206449-P8 and reference number 72500454-002. This procurement is a total small business set-aside, with specific clauses for HUBZone, Service-Disabled Veteran-Owned, Economically Disadvantaged Women-Owned, and Women-Owned Small Business concerns to be included in the solicitation. The goods are critical for military operations, ensuring proper visibility and safety during taxiing operations. Interested vendors should contact Christina M. Foley at (215) 697-0484 or via email at CHRISTINA.FOLEY1@NAVY.MIL for further details, and must meet qualification requirements at the time of award as stipulated in FAR clause 52.209-1.
    62--LIGHT,TAXIING,AIRCR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking small business concerns to provide 24 units of electric vehicular lights and fixtures, identified by NSN 7R-6220-017206235-P8 and reference number 72500454-001. This procurement is a total small business set-aside, with potential set-asides for HUBZone, Service-Disabled Veteran-Owned, Economically Disadvantaged Women-Owned, and Women-Owned Small Business concerns to be detailed in the forthcoming solicitation. These lights are critical for aviation operations, ensuring safety and efficiency during taxiing. Interested vendors should reach out to Christina M. Foley at (215) 697-0484 or via email at CHRISTINA.FOLEY1@NAVY.MIL for further information, and they should be prepared to meet qualification requirements at the time of award.
    62--FLOODLIGHT ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 61 units of the Floodlight Assembly (NSN 6230016525212). This solicitation is a Total Small Business Set-Aside and aims to provide essential lighting fixtures for military operations, ensuring adequate illumination in various environments. Interested vendors must submit their quotes electronically, as hard copies will not be available, and the deadline for delivery to the DLA Distribution Depot in Oklahoma is set for 34 days after the award. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.