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
    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
    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.
    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.
    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.
    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
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, facilitating routine ordering and contingency support for various military and federal healthcare facilities. The program is critical for ensuring the availability of essential medical supplies and equipment, supporting the operational readiness of Medical Treatment Facilities (MTFs) and clinics worldwide. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    42--PROPORTIONER,FOAM L
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of the Proportioner, Foam L, under solicitation number 4210015876480. This procurement is critical for fire, rescue, and safety operations, as the Proportioner is essential for effective foam application in emergency situations. The solicitation is set aside for small businesses, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be provided. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with quotes due within 167 days after the award date.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Acquisition Modernization Technology Research (AMTR) program under solicitation SP4701-23-B-0001. This initiative aims to enhance defense acquisition processes by identifying and implementing IT modernization efforts and advanced technologies that align with strategic focus areas, particularly in logistics and supply chain management. The AMTR program is critical for addressing the evolving operational requirements of the DLA, with a projected funding of up to $50 million per year for three years, covering Fiscal Years 2024-2026. Interested vendors must submit full cost and technical proposals via email to the designated contacts by the initial closing date, with the BAA remaining open for five years and subsequent opportunities for White Papers after the initial evaluation period.
    DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
    Dept Of Defense
    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.
    DLA Commercial Solutions Opening (CSO) FY2026
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting a Commercial Solutions Opening (CSO) for the fiscal year 2026, inviting proposals for innovative solutions to enhance its logistics support activities. The primary objective is to solicit Solution Briefs that address various Areas of Interest (AOIs), particularly focusing on developing Engineering Support Activities (ESA) approvable Level 3 Technical Data Packages (TDPs) for hard-to-procure or non-procurable parts, which are critical for maintaining the readiness of military services and other authorized customers. Interested offerors must submit unclassified Solution Briefs by March 13, 2026, using the provided template, and are encouraged to frequently check for updates on the AOIs. For inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil; please note that no funding is available for proposal submissions, as funds will only be disbursed after a signed contract.
    R Series Advanced Life Support Monitor/Defibrillator
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking procurement for the R Series Advanced Life Support Monitor/Defibrillator. This equipment is critical for medical and surgical applications, specifically categorized under the PSC code 6515, which encompasses medical instruments, equipment, and supplies. The monitor/defibrillator plays a vital role in emergency medical situations, providing essential life support capabilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    Dimethyl Fumarate DR Presolicitation
    Dept Of Defense
    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.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Puerto Rico
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Subsistence Prime Vendor support to serve military and federally funded customers in Puerto Rico. The contract will require a full-line food distributor to supply and deliver a variety of perishable and semi-perishable food items, including chilled products, frozen meats, dairy, fresh produce, and beverages, to various military facilities and operations throughout the region. This procurement is crucial for ensuring the availability of essential food supplies to support military readiness and operations. Interested vendors must submit their proposals via the DLA Internet Bid Boards System (DIBBS) by January 12, 2026, at 3:00 PM Philadelphia Time, with an estimated contract value of $32 million and a maximum potential value of $48 million. For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matthew Ligato at MATTHEW.LIGATO@DLA.MIL.