DLA FIRE AND AMERGENCY APPLICATION SOFTWARE
ID: SP4701-25-R-0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO PHILADELPHIAPHILADELPHIA, PA, 19111, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 5:00 PM UTC
Description

The Defense Logistics Agency (DLA) is soliciting proposals for Fire and Emergency Application Software under the Request for Proposal (RFP) SP4701-25-R-0005, with a focus on enhancing fire and emergency medical services operations. The procurement aims to secure a comprehensive software solution that includes components such as safety analytics, HIPAA certification, and management support, all intended to improve emergency response efficiency and compliance with safety regulations. This initiative underscores the DLA's commitment to investing in critical technology infrastructure to support public safety operations. Interested vendors must submit their proposals via email to the designated contacts by April 16, 2025, with the contract performance period set from May 16, 2025, to May 15, 2026.

Point(s) of Contact
Christopher P. Lawrence
Christopher.Lawrence@dla.mil
Files
Title
Posted
Apr 9, 2025, 7:08 PM UTC
The DLA Fire and Safety Application outlines a request for proposals (RFP) for a software package aimed at enhancing fire and emergency medical services (EMS) operations. The RFP covers services from May 16, 2025, to May 15, 2026, and specifies several components needed to support the operations, including the Fire/EMS Package, HIPAA Certification, and various analytical and support services. Each component is assigned a part number but lacks specified cost information. Key service offerings include safety analytics for multiple stations, CAC enablement, and management support, indicating a focus on improving emergency response efficiency and compliance with safety regulations. The total overall cost for the base year is to be determined, reflecting the project's emphasis on comprehensive safety application solutions for federal, state, and local entities involved in emergency services. This package illustrates the government's initiative to invest in critical technology infrastructure to support public safety operations and enhance the effectiveness of emergency response teams.
Apr 9, 2025, 7:08 PM UTC
The Voluntary Product Accessibility Template® (VPAT®) EN 301 549 Edition serves as a guideline for Information and Communications Technology (ICT) vendors to document their product's compliance with accessibility standards. This document outlines essential requirements and best practices for creating Accessibility Conformance Reports (ACRs), ensuring accurate and consistent reporting of product accessibility information. The VPAT® includes various accessibility guidelines, notably the Web Content Accessibility Guidelines (WCAG) and EN 301 549, which pertain to public procurement in the European Union. Vendors are instructed to adhere to meticulous standards when composing their reports, ensuring their findings accurately represent product capabilities concerning accessibility. Key elements of the report include product descriptions, conformity with standards, evaluation methods, and remarks explaining the conformance level for each criterion assessed. Moreover, the document emphasizes the importance of making these reports publicly accessible, maintaining the integrity of data presented, and adhering to the prescribed structure when submitting their Accessibility Conformance Reports. This VPAT® facilitates informed purchasing decisions for government and public institution entities seeking compliant ICT products, aligning efforts towards enhanced accessibility in technology.
The document outlines the ICT Accessibility Requirements Statement per the Revised Section 508 of the Rehabilitation Act, focusing on software maintenance services and ICT support. It emphasizes that all documentation and services must comply with standards in Chapter 6 related to accessible communication technologies. Key requirements include the provision of support services that accommodate various disabilities through accessible formats and communication methods. The document outlines specific accessibility needs, such as modes of operation for individuals without vision, limited vision, hearing capabilities, and cognitive limitations. The inclusion of these accessibility criteria is essential in procurement documents such as the Statement of Work (SOW) and will guide agencies in ensuring compliance with accessibility standards. Additionally, it references the Revised 508 Standards Toolkit for further information, highlighting its relevance in federal and local RFPs.
Apr 9, 2025, 7:08 PM UTC
The document outlines a determination by the Contracting Officer regarding the anticipated costs of a government acquisition, confirming that they will be fair and reasonable. The Government will solicit offers from multiple vendors as permitted and utilize various price analysis techniques such as price comparisons and market research. Market research conducted by the Program Management Office indicated that OEMs and authorized resellers could offer the most discounts, leading to an unrestricted solicitation approach. E9 expressed written interest in the acquisition; however, there were no barriers to competition noted. The Defense Logistics Agency (DLA) is committed to fostering ongoing competition and is exploring alternative solutions to replace an expiring emergency reporting service. They continually evaluate changes in technology and maintain diverse vendor relationships to ensure competitive practices. Overall, the document emphasizes the agency's efforts to acquire cost-effective solutions while promoting competition amongst vendors in government procurement processes.
Apr 9, 2025, 7:08 PM UTC
The document serves as a Request for Proposal (RFP) from the Defense Logistics Agency (DLA) for the provision of Fire and Emergency Services Application Software. Issued on April 9, 2025, under solicitation number SP4701-25-R-0005, it seeks quotes from commercial suppliers with a closing response date of April 16, 2025. The acquisition is classified under NAICS Code 541519, and bids must demonstrate compliance with specified technical requirements detailed in a Bill of Materials (BoM) and Statement of Work (SOW). The contract will be awarded based on the lowest price technically acceptable criteria. Interested firms must certify their status as authorized dealers or resellers and submit proposals via email to designated points of contact by the deadline. The intended performance period includes a base year from May 16, 2025, to May 15, 2026. The RFP establishes a framework for reviewing compliance with federal regulations and clauses, addressing concerns such as child labor practices, telecommunications restrictions, and subcontractor requirements. It underscores the DLA's commitment to effective procurement while ensuring adherence to regulatory standards and ethical considerations in acquiring essential software solutions.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FIRE EXTINGUISHER
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of fire extinguishers, specifically under solicitation number SPRDL1-24-R-0042. The requirement includes a base quantity of 1,098 units, with an option for an additional 100% of the base quantity to be exercised within 365 days post-award, emphasizing the importance of timely delivery and compliance with federal regulations. These fire extinguishers are critical for ensuring safety and operational readiness within military facilities, and the contract will be awarded on a Firm Fixed Price basis. Interested vendors must contact Justin Stoner at justin.stoner@dla.mil or call 445-737-0498 for further details, and submissions must adhere to the specified delivery timeframe of 270 days after award.
SPRRA225R0002 MLRS SPARES
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various spares related to the Multiple Launch Rocket System (MLRS) under Solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes specific terms for first article testing, packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure the timely delivery of high-quality defense-related components, with delivery timelines ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by June 5, 2025, and can direct inquiries to primary contact Mari Bretz at hecmari.bretz@dla.mil or secondary contact Becky Brady at becky.brady@dla.mil.
DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the DLA Medical Equipment Electronic Catalog (ECAT) Generation V Program, aimed at enhancing medical supply support for its customers. This standing solicitation, identified as SPE2DH-21-R-0002, invites offers for a range of medical equipment, accessories, and consumables, with the goal of facilitating online orders through the ECAT System. The items sought are critical for medical professionals and technicians in providing patient care and include commercial medical equipment and training simulation tools. Interested vendors can submit proposals at any time until the solicitation closes on December 1, 2026, and should direct inquiries to Yasmeen Turner at yasmeen.turner@dla.mil or Evan Lessin at evan.lessin@dla.mil.
SPE300-24-R-0024 Subsistence Prime Vendor (SPV) Northern Europe
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for the Subsistence Prime Vendor (SPV) contract to provide food and non-food supplies to military and federally funded customers in Northern Europe. The contract will require the selected vendor to supply a wide range of items, including perishable and semi-perishable food products, beverages, and Food Service Operating Supplies (FSOS), ensuring support for military operations in the region. This procurement is crucial for maintaining the nutritional needs of military personnel and enhancing operational readiness. Interested vendors must submit their proposals electronically by April 15, 2025, and can direct inquiries to Kellie Wimsey at Kellie.Wimsey@dla.mil or Kelly Fidik at Kelly.Fidik@dla.mil.
DLA Commercial Solutions Opening (CSO) FY2025
Buyer not available
The Defense Logistics Agency (DLA) is conducting a Commercial Solutions Opening (CSO) for various Areas of Interest (AOIs) aimed at enhancing procurement capabilities and addressing supply chain vulnerabilities within the U.S. defense logistics system. The DLA seeks innovative solutions, particularly for developing Engineering Support Activities (ESA) approvable Level 3 Technical Data Packages (TDPs) compliant with established standards, to facilitate competitive procurement for hard-to-source parts. This initiative is crucial for ensuring the availability of necessary components during conflicts and improving overall logistics efficiency. Interested offerors must submit unclassified Solution Briefs by March 13, 2026, with no funding provided for submissions until a contract is awarded; for inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil.
Computer System
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of computer systems, aimed at fulfilling the needs of the Department of Defense. This request for proposals (RFP) invites both small and large businesses to provide commercial items, with a focus on compliance with military packaging and marking standards, as well as adherence to Federal Acquisition Regulation (FAR) guidelines. The procurement is critical for ensuring the availability of reliable IT and telecom services, specifically in the area of compute as a service for military operations. Interested vendors should contact Stacy M. Johnson at stacy.m.johnson@dla.mil or call 1-586-747-4511 for further details regarding submission requirements and deadlines.
5 YR IDR; Sole Source to Elbit
Buyer not available
The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for a five-year, firm-fixed-price, indefinite delivery requirements contract with Elbit Systems of America, aimed at providing spares and repairs for the PEO Missiles and Space Tactical Aviation and Ground Munitions Bradley Program Office. The procurement focuses on specific electronic components, including Electronic Modules, Display Commons, and various processors, with detailed pricing and compliance documentation required for fiscal years 2025 and 2026. This initiative is crucial for maintaining the operational readiness of military systems, ensuring timely support through reliable supplier partnerships. Proposals are due by February 17, 2025, with a prior written intention required within five business days; interested parties should contact Kelsey Brown at kelsey.e.brown@dla.mil for further information.
Economic Price Adjustment Vendor Engagement
Buyer not available
The Defense Logistics Agency (DLA) is seeking industry feedback regarding the implementation of Firm Fixed Price contracts with Economic Price Adjustment provisions for future procurement initiatives. This engagement aims to gather insights on how such pricing structures can be effectively utilized to meet the needs of the DLA while ensuring fair competition and transparency in the procurement process. The information collected will help inform the DLA's contracting strategies, which are crucial for maintaining the quality and reliability of goods and services provided to the Department of Defense. Interested parties are encouraged to review the attached documents and submit their responses to Alicia Barrowman at alicia.barrowman@dla.mil.
SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The solicitation, designated SPRRA224R0081, includes a five-year indefinite delivery requirement and mandates compliance with strict military specifications, including First Article Testing (FAT) and detailed packaging and marking standards. This procurement is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Theresa Beshienich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil.
Dimethyl Fumarate DR Presolicitation
Buyer not available
The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Dimethyl Fumarate DR capsules, specifically 120MG capsules in 14 count bottles and 240MG capsules in 60 count bottles. This procurement aims to establish a reliable national supply source for these pharmaceutical products, which are essential for Department of Defense (DoD) customers through the DLA prime vendor program. The contract will be a firm-fixed price, requirements type contract with a one-year base period and four one-year options, emphasizing compliance with federal regulations and efficient distribution of pharmaceuticals for military healthcare. Interested parties should contact Kevin Rafferty at kevin.rafferty@dla.mil or 215-737-0907 for further inquiries, and the projected solicitation date is February 2021, with an amendment extending the offer submission deadline to October 14, 2021, at 3:00 PM EST.