Project Manager Expeditionary Energy and Sustainment Systems (PM E2S2) Power Distribution Illumination Systems, Electrical (PDISE)
ID: W909MY-25-B-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT WASH OFCALEXANDRIA, VA, 22331-0700, USA

NAICS

Motor and Generator Manufacturing (335312)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command, is soliciting bids for the procurement of Power Distribution Illumination Systems, Electrical (PDISE) under Contract ID W909MY-25-B-0001. This procurement aims to establish a Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract, primarily set aside for small businesses, to provide standardized power distribution equipment essential for military operations. The contract, with an estimated ceiling of $58 million, will support the Army's operational readiness by ensuring the availability of reliable electrical systems for tactical environments. Interested vendors must submit their bids by March 10, 2025, and can direct inquiries to Jessica Hawkins at jessica.l.hawkins27.civ@army.mil or Mary Suda at mary.a.suda.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 outlines the contractual data requirements related to a particular government contract, specifically addressing the Post Award Conference. This form facilitates the systematic reporting and documentation needed by the Department of Defense (DoD) to ensure compliance and successful management of data in connection with military contracts. Key sections include the contractor's responsibilities for convening a conference at their facility, the requirement for the government to provide an agenda five working days prior, and restrictions on participant numbers from the government. The document specifies that the distribution of information is limited to U.S. government entities and their contractors. Instructions for completion emphasize clarity in item descriptions, including categories of technical data and associated pricing groups. The price estimation is broken down into four groups, depending on the significance and purpose of the data item. This form underscores the importance of structured data delivery, accountability, and the role of contractors in contributing to the management of government projects, particularly in military contexts.
    The DD Form 1423-1 outlines the requirements for submitting data items related to government contracts, specifically for Program Management Reviews (PMRs). The form is used to collect and manage essential information about contracted data, such as meeting minutes, schedules, status of productions, risk management, and delivery requirements. It designates a structured approach to documenting and assessing the progress and performance of contracted work, ensuring compliance with federal regulations. The document includes specific instructions for both government personnel and contractors, detailing information needed for contract line items, authority references, requiring offices, and submission timelines. Notably, it emphasizes the importance of maintaining a clear communication process and documentation during the contracting phase. The form aims to ensure that all necessary data is accurately reported and shared among stakeholders involved in governmental contracting activities, thus supporting efficient project oversight and management.
    The DD Form 1423-1 is a Contract Data Requirements List utilized for documenting the submission of data items relevant to federal contracts. It outlines essential elements such as the contractor’s details, contract number, and required submission dates. Specific data items described include Engineering Change Proposals (ECPs) and notices associated with configuration baseline changes. The form delineates the responsibilities of both the government and contractors regarding the submission, review, and approval of data items, ensuring adherence to regulatory standards. A driving goal of the form is to facilitate effective communication and compliance between the contractor and the government's technical office, overseeing the adequacy of submitted data. Compliance is critical, as changes must receive government approval before implementation. The form also includes a framework for pricing data submissions based on efforts required for compliance. This document is essential for maintaining controlled processes in data management within federal contracts and is governed by specific regulations outlined in the Department of Defense directives.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) utilized in federal contracts to specify the delivery and management of various data items. It requires contractors to provide detailed logistics data and conforms to specific management standards. Key details include item classification, such as Technical Data Packages or Technical Manuals, the responsible authority, and submission deadlines for deliverables like Design Change Notices, which must be submitted within 10 days following government approval of changes. The form covers aspects of data item description, contract references, inspection requirements, distribution statements, submission frequencies, and pricing categories. The latter divides costs into four groups based on the nature and essentiality of the data. Instructions for completing the form are provided for both government personnel and contractors to ensure compliance and clarity in meeting contractual obligations. Overall, the purpose of the DD Form 1423-1 is to streamline data management in government contracting, ensuring that relevant technical and logistical information is properly submitted and processed, thereby facilitating effective oversight and execution of federal contracts.
    The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense (DoD) for managing data requirements associated with contracts. The form collects essential information such as data item titles, submission dates, and required distribution. Contractors must submit data items for review, including a Request for Variance (RFV) that must comply with specified guidelines. The Government, specifically the Contract Administration Office, evaluates these RFVs, with a formal response due within 30 days; variances cannot be executed without approval. The document outlines categories of data such as Technical Data Packages (TDP) and Technical Manuals (TM), and it specifies requirements for inspection, draft approvals, and technical data distribution. Additionally, the form provides instructions for completion, identifying roles and responsibilities. The purpose of the form is to ensure that all contract-related data submissions meet contractual obligations and regulatory standards, thereby facilitating effective contract management within federal projects. The document serves as a critical tool in aligning contractor outputs with government requirements while maintaining compliance with relevant standards.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD) to outline required data submission items associated with government contracts. It includes essential sections such as item numbering, titles, authorities, references, requiring office information, and specifications for distribution and frequency of submission. Compliance with the form is mandatory for contractors supplying technical data and ensuring manufacturing readiness. The document details specific instructions for completing the form, outlining responsibilities for both government personnel and contractors. Key points emphasize the submission of Manufacturing Readiness Reports (MRR) and expectations for government review and feedback. Additionally, the form classifies data items into distinct groups based on their essentiality to the contract performance, each with associated pricing considerations. Overall, the DD Form 1423-1 is crucial for managing contract data requirements, ensuring contractors meet specified obligations, and facilitating government oversight throughout the contract lifecycle, particularly in relation to manufacturing readiness assessments.
    The document is the DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for the Department of Defense (DoD). Its primary purpose is to standardize the collection of data submitted by contractors, detailing the necessary data items, submission schedules, and distribution requirements relevant to a specific contract. Key components include the specification of the data item title, preparation and submission timelines, and requirements for review and approval by the government. The contractor is tasked with developing a Corrosion Prevention Control Plan in compliance with established guidelines, with specific deadlines for initial and subsequent submissions. The document emphasizes the importance of proprietary information and outlines the requirements for various price groups related to data item development costs. Overall, this form serves as a critical framework ensuring that the data fulfilling government contract obligations is systematically provided and controlled, facilitating effective oversight and compliance with federal contracting standards.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD) to outline specific data delivery needs related to contracts. It includes vital information such as the contract line item number, data item description, requiring office, and submission timelines. The form highlights the responsibilities of contractors, specifying the frequency and type of data submissions required, including technical documents or inspection reports that relate to their projects. It categorizes data items into groups based on their importance and delivery costs, guiding contractors in pricing their data submissions appropriately. Important guidelines for completing the form are provided, detailing what information each section should contain. Key instructions emphasize the significance of regulatory compliance and the need for documentation to be confined to authorized DoD personnel due to potential proprietary information. Overall, the document ensures that contractors understand their obligations to the government, facilitating organized data acquisition essential for project success.
    The document is the DD Form 1423-1, which serves as the Contract Data Requirements List (CDRL) for the Department of Defense. It outlines the requirements for data items related to government contracts. The form requires detailed information on each data item, including the title, authority, contract reference, and submission dates. Notably, it includes special requirements for Failed Item Analysis Reports (FIARs), which must be submitted within specific time frames after a failure occurs: a preliminary report within ten working days and a final report within thirty days. The document emphasizes the technical data's proper handling and the need for appropriate distribution statements due to potential proprietary or sensitive information. It includes guidelines for completing the form aimed at government personnel and contractors, detailing the categories of data items and their pricing groups based on the significance to the contracted effort. This form is essential for ensuring compliance with data submission protocols outlined in federal contracts and is critical for the ongoing management of contracts, particularly in relation to failure analysis and reporting.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) used by the Department of Defense to outline information requirements for defense contracts. It specifies details such as contract line item numbers, category types (Technical Data Package, Technical Manual, etc.), the system/item being acquired, the contractor involved, and submission timelines for required data items. The form mandates the provision of data necessary for assessing the contractor's work, including inspection and acceptance criteria, frequency of submissions, and distribution statements to safeguard proprietary information. In this specific instance, the contractor is tasked with creating a Preproduction Test Plan as cited under a specific Data Acquisition Document, with an emphasis on providing an overall scope and configuration test requirements while ensuring compliance with specified military standards. Following submissions, the government has a review period of 30 days, and silence implies acceptance for continuation. This structured approach fosters accountability and ensures the necessary technical data supports military and defense operations effectively.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a data item related to production status reports within the Department of Defense (DoD) contracting system. Its primary purpose is to specify the required management and administrative data concerning inspections, examinations, and tests of production items. Key elements include contract line item identifiers, data item title, submission dates, and distribution requirements, with specific instructions for both government personnel and contractors on completing the form. The document emphasizes the importance of data item delivery frequency, requiring monthly submissions, and delineates a distribution statement that restricts access to DoD components. The instructions detail the requirements for contractors to adhere to when preparing data, categorizing them into price groups based on the essentiality of the data to contract performance. This form represents a critical component in ensuring compliance and oversight in federal contracts, particularly within the framework of RFPs and grants, to maintain effective data management within the DoD's procurement process.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL), detailing the structured requirements for data submissions related to government contracts, particularly within the Department of Defense. It outlines essential information such as contract line items, data item titles, authority citations, and submission timelines, ensuring compliance with specified guidelines. The document categorizes data items and defines different price groups based on their importance and the level of contractor effort required. The Production Surge Plan is specifically highlighted, with clear deadlines for initial and subsequent submissions, along with specifications for distribution and inspection. This structured approach aids in managing expectations for data provision, fosters effective communication between contractors and the government, and enhances project accountability. The document emphasizes the necessity for careful documentation and adherence to regulatory standards to facilitate seamless contract execution and data management.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense for documenting specific data items required under government contracts. It outlines the necessary information for each data item, including details such as the contractor, data item title, authority, submission timelines, and distribution requirements. The document specifies that items are categorized as Technical Data Packages, Technical Manuals, or Other, and provides guidelines on preparing and submitting these items. Notably, the frequency of submissions is outlined as quarterly until warranty provisions expire, with detailed instructions for government personnel and contractors regarding completion and cost estimations. The form emphasizes the importance of accurate data delivery and defines various price groups based on the essentiality of the data to the contractor’s primary efforts. The overarching purpose of this document is to ensure that contractors adhere to specific data requirements and facilitate effective communication between the government and contractors, ultimately supporting the objectives of federal contracts and awards.
    The document is a Contract Data Requirements List (CDRL) form, specifically DD Form 1423-1, which outlines the submission requirements for a data item related to the Item Unique Identification (IUID) Marking and Verification Report. This report aims to ensure compliance with MIL-STD 130 standards by detailing essential data elements, including unique item identifiers, descriptions, and contract numbers. The form specifies that government approval is required for each submission, allowing 20 days for review and providing an additional 10 days for contractor corrections. Each production lot necessitates a separate report, with first submissions due 10 days post-acceptance of the initial lot. The distribution statement restricts access to U.S. government agencies and their contractors due to the potential inclusion of proprietary information. This document reflects a structured process in government contracting, emphasizing precise information delivery and compliance within federal RFPs.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) utilized by the Department of Defense to manage information submission by contractors. The document specifies the structured requirements for a particular data item related to a feasibility and capability assessment of components the Army’s Arsenal System can produce. Key details include the submission deadline (360 days after contract award), review timeline by the government (30 days), and restrictions on distribution (only to U.S. Government agencies and contractors). The form delineates responsibilities for cost estimation based on four specified price groups that guide contractors in determining costs associated with creating the data item. It aims to ensure that all required data is generated, formatted, and submitted in accordance with government standards. Additionally, clear instructions for filling out the form are provided for both government personnel and contractors, emphasizing the necessity of compliance with established documentation procedures. This form represents a vital aspect of managing contracts and ensuring that contractors deliver critical information essential for project progress and accountability.
    The document outlines the Statement of Work (SOW) for the procurement of Power Distribution and Illumination Systems, Electrical (PDISE), prepared by the United States Army's Project Manager Expeditionary Energy and Sustainment Systems. It emphasizes the requirements for production, inspection, testing, and delivery of various PDISE items, including the M40 A/P and M100 A/P systems. Key components include adherence to Department of Defense specifications, technical data packages, and quality assurance protocols. The SOW articulates the scope of the project, which aims to provide a reliable power distribution system suitable for tactical operations under extreme conditions. It details the responsibilities of the contractor for manufacturing and delivering equipment that meets exacting standards, including the submission of first article test reports and the establishment of a corrosion prevention control plan. A critical aspect of the document is configuration management, where any changes to the systems must be approved by government authorities. The summary also conveys the importance of compliance with marking and identification standards for equipment, ensuring accountability throughout the production process. Overall, the SOW serves as a comprehensive guide for contractors to follow in fulfilling the Army’s requirements for portable power distribution systems.
    The document outlines a federal Request for Proposal (RFP) focusing on the procurement of electrical systems and assemblies, specifically including several National Stock Numbers (NSNs) associated with various electrical feeder systems and related equipment. The structure includes a time-phased report detailing cost estimates in terms of firm fixed prices across multiple fiscal years (FY2023-FY2027) for various items, divided into several Contract Line Item Numbers (CLINs). Each CLIN designates the item type and associated quantities, which range from initial fabrication and first article requirements to various cable assemblies and electrical distribution systems. The pricing model for these items is designed for vendor input in specific highlighted areas, ensuring total cost calculations are based on average unit pricing. Additionally, the document specifies product evaluation metrics and outlines the mandatory contract deliverables (CDRLs) needed throughout the contract period. This initiative aims to ensure that state and federal projects obtain the necessary electrical components through a transparent and competitive bidding process, maintaining compliance with government standards and operational requirements.
    The document outlines the draft Request for Proposals (RFP) for an Integrated Commercial Intrusion Detection System, designated W909MY-22-R-0007. It includes a list of questions and recommendations posed by vendors regarding the RFP. Each entry corresponds to specific page and section numbers of the document, indicating areas that require clarification or updates before the final posting. The purpose of the document is to engage with vendors to refine the RFP based on their feedback, ensuring a comprehensive and transparent procurement process for the government. The finalization of this RFP is critical for enhancing security infrastructure across federal facilities. The responses to vendor questions are expected to inform the necessary adjustments to the RFP prior to formal external release, ensuring compliance with federal standards and operational needs.
    The Integrated Commercial Intrusion Detection System - VI Draft RFP (W909MY-22-R-0007) addresses various procurement questions and clarifications related to the proposal. It includes details on the optional ordering period, shipping locations, and inspection and acceptance processes, answering concerns about discrepancies in the NSN (National Stock Number) listings and product requirements. Key confirmations indicate that several NSN numbers were incorrectly listed in the draft, while some items, particularly specific cable assemblies, are not required for this procurement. Additionally, the document clarifies submission protocols for proposals and specifies that prior development of provisioning material is unnecessary as these systems are fully matured. Overall, the draft emphasizes clarity and coordination for bidders regarding product specifications, ensuring a comprehensive understanding of procurement requirements and expectations. This summary encapsulates the main inquiries and responses presented in the RFP, facilitating a clearer path for potential contractors.
    The document outlines the procedures and requirements for submitting a First Article Waiver Worksheet as part of a federal procurement process. It serves as a template that contractors must use to request a waiver for First Article Tests (FAT), which are assessments that ensure the initial production sample meets the specified standards. The worksheet gathers current acquisition data, including contract details and specific reasons for the waiver, such as previous successful tests on similar items. Contractors can request either a partial or full waiver and must justify their request by providing evidence of past successes and the continuity of production. Additionally, the document prompts contractors to disclose any quality issues or changes in manufacturing processes that could affect the waiver request. Finally, it mandates that the submission be made on company letterhead, signed by a company representative, ensuring authenticity and accountability. This process aids the government in efficient procurement while allowing contractors to demonstrate their compliance with testing standards through documented performance history, ultimately expediting production timelines.
    The Quality Assurance Surveillance Plan (QASP) for the Power Distribution Illumination System (Contract No. W909MY-25-B-0001) outlines procedures for ensuring contractor compliance with performance standards established in the Statement of Work (SOW). The Project Manager Expeditionary Energy & Sustainment Systems (PM E2S2) is responsible for monitoring contractor performance to maintain quality assurance throughout the contract's delivery phase. Key components of the QASP include outlining roles and responsibilities, implementing quality requirements, and detailing the government’s surveillance methods — which include 100% inspection, random sampling, and periodic sampling. The plan also mandates documentation of inspections, customer feedback, and the process for addressing non-conforming performance through Contractor Discrepancy Reports (CDRs). It leverages ongoing performance evaluation to inform corrective actions and ensure compliance with contractual terms. Specifically, evaluations assess technical accuracy, timeliness of deliveries, and adherence to specified performance standards. The objective is to promote accountability and continuous improvement in service delivery, ultimately ensuring successful outcomes for the project and maintaining alignment with governmental policies and regulations.
    The document details the draft Request for Proposal (RFP) for the Integrated Commercial Intrusion Detection System (VI) under solicitation number W909MY-22-R-0007. It primarily addresses various questions and clarifications related to the procurement items, specifically concerning the National Stock Numbers (NSNs), inspection processes, and delivery locations. Numerous NSNs are confirmed as incorrect and updated throughout the document. Key issues highlighted include discrepancies in the NSNs, the duration of the optional ordering period, confusion regarding the "SHIP TO" locations between different sections of the solicitation, and the requirement of a 60Amp cable which was clarified as not necessary. Further, the government clarified that inspection and acceptance would occur at "Origin," addressing contractor concerns about the expected processes. Additional guidance was provided regarding electronic submissions and the inclusion of a clause for tariff-related price adjustments within contracts, aiming to accommodate potential price increases due to tariffs on components. Overall, this document serves as a critical resource for contractors in understanding specific requirements and expectations for the draft RFP, facilitating accurate and compliant responses to the solicitation.
    This document outlines the Economic Price Adjustment (EPA) provisions applicable to a federal contract amid fluctuating inflation rates. It specifies that the EPA is based on the Producer Price Index (PPI) related to motors and generators, focusing solely on direct material costs while excluding other expenses such as labor and travel. Both parties can invoke an EPA request 60 days prior to the base period's expiration, which requires written notice detailing proposed price adjustments supported by relevant calculations. The document includes procedural guidelines for responding to EPA requests, emphasizing prompt resolution of disagreements and stipulating that performance continues during disputes. It describes how upward or downward adjustments are calculated, ensuring the total price increase does not exceed 9%, with a minimum escalation threshold of 2% over annual periods. It also covers the potential unilateral adjustment of the contract ceiling to maintain purchasing power amidst cost fluctuations, allowing for continued procurement under changing price conditions. This structure is designed to safeguard contract integrity and budgetary compliance for government procurement processes, reflecting the priority of fiscal responsibility amidst economic uncertainty.
    This document serves as an amendment to a solicitation for a federal contract (Contract ID W909MY-25-B-0001), specifically related to the procurement of PDISE systems. The amendment addresses key updates including responses to vendor inquiries, availability of a previously missing drawing via DOD Safe, and the incorporation of an EPA clause into the Invitation for Bid (IFB). The solicitation period for submissions is clarified, with instructions on how to acknowledge the receipt of the amendment. The amendment is initiated by the Army Contracting Command in Fort Belvoir, Virginia, issued by Mary A. Suda, the contracting officer. It reflects a firm fixed-price contract, outlining essential details such as packaging, marking, and inspection procedures, with a continuation for an option ordering period. All other terms from the original solicitation remain unchanged. This summary encapsulates the main purpose of the document, which is to formally modify contractual elements and ensure clarity and compliance for potential bidders in federal procurement processes.
    The document outlines a federal solicitation for a contract to procure Power Distribution Illumination Systems and accessories (PDISE) for the U.S. Army. It establishes a Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract that is set aside for small businesses, emphasizing the Army’s need for standardized power distribution equipment used on military installations globally. The solicitation details the procurement process, including bid submission guidelines, evaluation criteria, delivery instructions, and compliance with federal acquisition regulations. It also includes a warranty, a First Article Testing (FAT) requirement, and quality assurance stipulations. The estimated contract ceiling is $58 million, with specific instructions for submitting questions and a series of attachments for bidders to reference, ensuring all proposals meet stringent federal expectations and requirements. This contract aims to maintain operational readiness and meet Department of Defense objectives by providing essential electrical power distribution systems to U.S. military personnel.
    The document outlines a federal government Invitation for Bid (IFB) to procure Power Distribution Illumination Systems and accessories (PDISE). This solicitation aims to establish a five-year, Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract, prioritizing small businesses. The contract includes the development and delivery of PDISE units, such as the M40 and M100 A/P Distribution Systems, to meet U.S. Army and Department of Defense requirements, ensuring equipment standardization. Key elements include submission deadlines, details on the Statement of Work, Price Model requirements, and instructions for the bidding process. The government will evaluate bids based solely on the submitted information, with a maximum contract value estimated at $58 million. Vendors are reminded of the importance of adhering to the submission guidelines and timelines, including the recent extension for bid submissions. Amendments to the initial solicitation have also been provided, incorporating additional information such as missing drawings and responses to industry questions. This solicitation represents the government's commitment to maintaining operational readiness and modernization of military power distribution capabilities while ensuring compliance with procurement regulations.
    The document outlines an Invitation for Bid (IFB) for the procurement of Power Distribution Illumination Systems and accessories (PDISE) for the U.S. Army, structured as a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. It specifies the requirement for PDISE systems to transmit electrical power and emphasizes the need for standardization and fulfillment of military specifications. The contract includes a five-year minimum with an estimated maximum value of $58 million, encompassing a base year and an optional four-year ordering period. Potential bidders must submit sealed offers by a specified deadline, adhere to provided guidelines, and acknowledge amendments. Evaluation of bids will focus solely on submitted documents, discouraging additional information outside the solicitation's scope. Furthermore, the document includes stipulations on intellectual property rights, data rights, and delivery requirements. Inspection and acceptance will occur at specified locations, with a mandate for contractors to report fulfillment status through provided online platforms. Overall, the IFB reflects the government's intent to maintain a standardized supply chain for military power distribution needs, while encouraging competition from small businesses.
    This document is an amendment and modification of a government solicitation and contract pertaining to a firm fixed-price contract. The amendment, identified as 0003, outlines significant changes, including the removal of specific solicitation clauses related to segregation and equal opportunity due to recent class deviations. It also details revisions to the Annual Representations and Certifications clause pursuant to an updated authority. Notably, the deadline for bid submission has been extended to March 10, 2025, allowing contractors additional time to respond to solicitation updates. The documentation emphasizes the requirement for contractors to acknowledge receipt of the amendment and how to do so, which is critical for maintaining eligibility for the bid. Furthermore, this modification confirms that except for the amendments specified, all other terms and conditions of the original solicitation remain unchanged. Overall, the document serves to clarify adjustments necessary for compliance and outlines protocols for interaction between the government and contractors, pertinent to the realm of federal procurement processes.
    This document is an amendment to a federal solicitation and contract modification, specifically Amendment No. 0004 for Contract ID W909MY-25-B-0001, issued by the Army Contracting Command in Fort Belvoir, Virginia. The purpose of this amendment is to communicate changes regarding the submission of offers. The deadline for submitting offers has been extended from 11:00 EST to 16:30 EST on March 10, 2025. The amendment details the process for acknowledging receipt of this amendment, requiring contractors to confirm receipt before the new deadline to avoid rejection of their offers. Additionally, the amendment allows for adjustments to previously submitted offers and outlines the significance of modification item 14, which describes the nature of the changes made. Administrative contact is provided, with the buyer's name and details included. The scope of contracting is identified as a Firm Fixed Price type for supply contracts and priced orders. Overall, the document serves to formalize and clarify important procedural changes in the context of government contract solicitations, ensuring compliance and coordination among parties involved in the bidding process.
    Similar Opportunities
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of power supplies under solicitation number NSN 6130015188118. The requirement includes the delivery of three units, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with an estimated three orders per year. These power supplies are critical components for various military applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of power supplies, specifically NSN 6130012926971, with an initial requirement of three units. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The power supplies are critical for various applications within DLA depots, both CONUS and OCONUS, ensuring reliable power distribution for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    POWER SUPPLY ASSEMB
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Power Supply Assembly. This contract requires the manufacturing and quality assurance of electrical converters, specifically designed for military applications, ensuring compliance with various inspection and acceptance standards. The goods are critical for maintaining operational readiness and reliability within defense systems. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are advised to register for notifications and access to contract documents through the Procurement Integrated Enterprise Environment (PIEE) website.
    61--PANEL,POWER DISTRIB
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of seven units of the power distribution panel (NSN 6110013437494). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for maintaining electrical distribution systems within military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received by the specified deadline. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a POWER SUPPLY under a total small business set-aside contract. This procurement involves the production of electrical converters, specifically designed to meet stringent military standards, with a focus on quality assurance and compliance with applicable specifications. The successful contractor will be required to deliver the supplies within 90 days of contract award, with offers due by November 20, 2025, and a new solicitation response date set for January 14, 2026. Interested parties can reach out to Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil for further details.
    SINCGAR Power Supplies
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of SINCGAR Power Supplies, with a focus on three National Stock Numbers (NSNs) under a Combined Synopsis/Solicitation notice. This acquisition aims to consolidate sole source contract requirements, which are critical to the Agency's mission, and will be solicited as an Indefinite Quantity Contract with one base year and four optional years, totaling a maximum duration of five years. The goods are essential for military communications systems, ensuring consistent supply availability and reduced lead times. Interested vendors can access the Request for Proposal (RFP) on December 23, 2025, at https://www.dibbs.bsm.dla.mil, and should direct inquiries to Patrick Laugherty at patrick.laugherty@dla.mil or by phone at 614-693-1133.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of power supply units, specifically categorized under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The contract will encompass the manufacture and quality assurance of these power supplies, which are critical for various defense applications, ensuring reliability and compliance with military standards. Interested vendors must provide proof of being an authorized distributor of the original manufacturer's items and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system. For further inquiries, potential bidders can contact Amy Smith at 385-591-3484 or via email at AMY.SMITH@DLA.MIL.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    61--CABLE ASSEMBLY,POWE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of Cable Assembly, Power (NSN 6150016571756). The solicitation includes a requirement for seven units to be delivered within 242 days after order, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. This procurement is critical for ensuring the availability of essential power distribution equipment, which supports various military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    61--CABLE ASSEMBLY,POWE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of Cable Assembly, Power (NSN 6150016572104). The solicitation includes a requirement for three units to be delivered within 265 days after order, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. This procurement is critical for ensuring the availability of essential power distribution equipment, which supports various military operations both domestically and internationally. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.