MPV LED Integrated Ice Buoy Lantern
ID: 6923G525Q0558Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFGREAT LAKES ST LAWRENCE SEAWAY DEVELOPMENT CORPORATION6923G5 GREAT LAKES ST LAWRENCE SWY DEV CORPMASSENA, NY, 13662, USA

NAICS

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

PSC

INDOOR AND OUTDOOR ELECTRIC LIGHTING FIXTURES (6210)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 6:00 PM UTC
Description

The Great Lakes St. Lawrence Seaway Development Corporation (GLS) is seeking proposals from certified Women-Owned Small Businesses for the procurement of 30 MPV LED Integrated Ice Buoy Lanterns, specifically the SPX SABIK Type MPV2-LED-c10D-OPT model. The objective is to enhance navigation safety on the Great Lakes by acquiring lanterns designed for severe ice conditions, which feature rugged housing, waterproof capabilities, and a visual range of up to 6 nautical miles. Interested vendors must submit their quotes by April 11, 2025, with delivery required within 45 days post-award to the GLS Receiving Warehouse in Massena, NY. For further inquiries, contact Chora Snyder at chora.snyder@dot.gov or 315-764-3206.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 4:05 PM UTC
The Great Lakes St. Lawrence Seaway Development Corporation (GLS) has issued a Request for Proposal (RFP) for the procurement of 30 Ice Buoy Marine Lanterns. The objective is to secure these lanterns, specifically the SPX SABIK Type MPV2-LED-c10D-OPT MPV LED model, which must strictly adhere to brand specifications, as alternatives will not be considered. The delivery of the lanterns is to be made to the GLS's Receiving Warehouse, and the estimated completion time for the project is 45 days following the contract award. Contractor personnel will be required onsite with regular access to federal facilities to fulfill this project, which may involve travel. Key administrative details, including points of contact and specific conditions for contractor performance, are specified in the document. This initiative underscores the GLS's commitment to maintaining navigation safety on the Great Lakes through updated aids to navigation.
Mar 31, 2025, 4:05 PM UTC
This document outlines a federal request for proposals (RFP) for the procurement of an Integrated Ice Buoy Lantern, specifically the SPX, SABIK, Type MPV2-LED-c10D-OPT MPV LED model. The proposal includes a request for 30 units and a delivery charge to Massena, NY, with the total cost yet to be determined. The structure of the document details the item number, description, quantity, unit of measure, unit price, and total price. The main goal is to secure the necessary lanterns, which are essential for navigation and safety in icy conditions. This RFP highlights the government's intent to enhance maritime safety infrastructure, emphasizing the importance of reliable equipment in harsh environments. The final decision, contingent upon pricing and compliance with specifications, illustrates the procedural nature of government procurement processes.
Mar 31, 2025, 4:05 PM UTC
The document outlines a justification for a sole-source procurement by GLS Marine Services for the Sabik Marine MPV LED Buoy Light Lanterns, citing the statutory authority under 41 U.S.C.3304(a)(1) and FAR Subpart 6.302-1. The reason for selecting this specific product is that it is deemed unique and specifically designed for severe ice conditions, with features such as a rugged housing, waterproof capabilities, visual range up to 6 nautical miles, and low power consumption. The lantern allows for battery replacement without removing it from the buoy and can be used year-round. The intent of this procurement justification is to ensure that the agency acquires a product that meets stringent safety and operational standards vital for marine environments, emphasizing the necessity for this particular brand over alternatives. The document clarifies that equivalent products will not be considered due to the unique attributes and performance of the Sabik Marine Lanterns.
Mar 31, 2025, 4:05 PM UTC
The document is a Request for Quote (RFQ) for the procurement of MPV LED Integrated Ice Buoy Lanterns, issued under the Federal Acquisition Regulations (FAR), specifically targeting certified Women-Owned Small Businesses. It includes guidelines for submitting proposals, with a clear deadline of April 11, 2025. The contract will be a firm fixed-price deal contingent on funding, with delivery required within 45 days post-award to the Great Lakes St. Lawrence Seaway Development Corporation in Massena, NY. The RFQ outlines the necessity for registered vendors in the System for Award Management (SAM) and stipulates submission requirements, including a technical response, past performance information, and a pricing sheet. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical compliance with the Statement of Work and past performance reliability. The document emphasizes the importance of adhering to all specified FAR clauses and provides detailed instructions for contractor security clearance processes, invoicing, and communications, reinforcing federal compliance and operational standards. This RFQ reflects the government’s commitment to leveraging small businesses while ensuring quality supplies for operational needs.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Navigational Lighting - NSWCPD Code 447
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information on commercial and military navigation lighting systems for ships over 50 meters in length that do not utilize incandescent light sources. The objective is to gather data on available systems to assist in the development of future procurement guidance and military specifications, transitioning from traditional incandescent systems to performance-based requirements to enhance operational efficiency and address obsolescence issues. Interested parties are encouraged to submit detailed information regarding their navigation lighting systems, including compliance with international regulations and performance specifications, to the primary contact, Michaela Del Rossi, at Michaela.C.Delrossi.civ@us.navy.mil, with a copy to Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil. This request for information is not a solicitation for proposals, and responses are due by the specified deadline.
62--LIGHT,NAVIGATIONAL,
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of navigational lights, specifically NSN 6220016803199, with a requirement for four units to be delivered to DLA Distribution San Joaquin. This procurement is part of a total small business set-aside initiative, emphasizing the importance of these lighting fixtures in supporting military operations and ensuring navigational safety. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the primary contact via email at DibbsBSM@dla.mil. The solicitation is available online, and timely submissions are crucial for consideration.
MH-65 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of hover landing lights as part of a combined synopsis/solicitation under solicitation number 70Z03825QB0000077. The procurement involves the repair and evaluation of three units of the hover landing light (NSN: 6210-01-HS3-0341, Part Number: 113PE01BABY00), with a focus on ensuring compliance with federal acquisition regulations and the provision of OEM parts and technical expertise. This opportunity is critical for maintaining the operational readiness of U.S. Coast Guard aircraft, emphasizing the importance of quality repairs and adherence to labor standards. Interested contractors must submit their quotes by April 28, 2025, at 9:00 AM EDT, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil.
62--LIGHT,NAVIGATIONAL,
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 11 units of LIGHT, NAVIGATIONAL (NSN 6220014433031). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year. The items are critical for navigational purposes and will be shipped to various DLA depots both within the continental United States and overseas. 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.
62--LIGHT,NAVIGATIONAL,
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 10 units of LIGHT, NAVIGATIONAL (NSN 6220012598316). This solicitation is part of a Combined Synopsis/Solicitation and aims to fulfill the need for navigational lighting fixtures, which are critical for various military operations and safety measures. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for submissions is 170 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
UNITED STATES COAST GUARD WATER BUOY SERVICE
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide water buoy services in various locations across Alaska. The contract encompasses the fabrication, installation, maintenance, and removal of navigational buoys, ensuring they are properly marked and maintained in accordance with Coast Guard specifications. This initiative is crucial for enhancing navigational safety in Alaskan waters, particularly in areas such as the Kwigillingok River, Unalakleet River, and Kotzebue Sound. Proposals are due by April 10, 2025, with the anticipated award date set for May 2025, and services expected to commence on June 1, 2025. Interested contractors can reach out to Deno Stamos at deno.a.stamos@uscg.mil or Benjamin Reedy at benjamin.r.reedy@uscg.mil for further inquiries.
Purchase ELT Beacon Tester w/ First Article
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified small businesses to provide ELT Beacon Testers, with a focus on the brand name WS Technologies Inc. model BT200-2100B. The procurement includes a total of 45 units, comprising five First Article units and 40 production units, with a requirement for compliance with specific technical and safety standards for Emergency Locator Transmitter (ELT) maintenance across U.S. Coast Guard airframes. Interested vendors must submit their quotations by April 28, 2025, with the anticipated award date set for May 1, 2025; all submissions should be directed to Jordan Ownley via email at samuel.j.ownley2@uscg.mil, referencing solicitation number 70Z03825QE0000026.
VESSEL INTERFACE PANEL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 30 Vessel Interface Panels, essential components for cutter boats, under solicitation number 70Z04025Q50488B00. The procurement requires the items to be packaged according to military standards and delivered by June 26, 2025, to ensure operational safety and data centralization during missions. The Coast Guard has determined that only Mercury Marine can meet the unique technical specifications necessary for these panels, highlighting the critical nature of this sole-source procurement. Interested vendors must have an active SAM.gov registration and submit their quotes to Yannick Kassi by May 7, 2025, to be considered for this firm fixed-price purchase order.
62--LIGHT,WARNING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of Light, Warning (NSN 6210012796221) with a requirement for seven units. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The lighting fixtures are critical for various applications within military operations, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's DIBBS website.
175’ WLM General Announcement System (1MC) Hardware Kits and Support for USCGC IDA LEWIS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide hardware kits and support for the 175’ WLM General Announcement System (1MC) for the USCGC IDA LEWIS. The procurement involves replacing an outdated communication system with the MINI DIAS system from Dynalec Corporation, which includes the delivery of assembly units, handsets, and technical support for installation in Baltimore, MD. This upgrade is crucial for enhancing operational efficiency and effectiveness in communication onboard USCG vessels. Interested vendors must submit their quotes by July 26, 2024, to Gabriel Jasbon at GABRIEL.O.JASBON@USCG.MIL, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.