TW-25 SELF-GENERATED FLOOD LIGHTS
ID: W912CL-25-Q-A018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0410 AQ HQ CONTRACTFORT SAM HOUSTON, TX, 78234-5046, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

ELECTRIC PORTABLE AND HAND LIGHTING EQUIPMENT (6230)
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 7, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Self-Generated Flood Light Towers for the United States Army South (USARSOUTH) during the Tradewinds 25 exercise in Trinidad and Tobago, scheduled from April 21 to May 11, 2025. The procurement requires the contractor to deliver twelve operational flood light towers, ensuring they meet specified technical standards for generator capacity and lighting, while maintaining operational readiness 24/7 throughout the exercise period. This initiative is crucial for ensuring the safety of participants during nighttime training exercises, enhancing interoperability and mission success. Interested contractors must submit their quotations by April 7, 2025, and can direct inquiries to Charles W. Hammons, Jr. at charles.w.hammons.civ@army.mil or SSG Paul Adamo at paul.m.adamo.mil@army.mil.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 7:04 PM UTC
The document outlines a Request for Quote (RFQ) under solicitation number W912CL-25-Q-A018 for the procurement of self-generated flood lights to support the Tradewinds 25 exercise in Trinidad & Tobago, scheduled for April-May 2025. The RFQ specifies the requirements for flood light towers with minimum specifications, including generator rated watts and lumens per tower, across multiple locations in Teteron Barracks and related sites. It notes that the procurement is classified under the NAICS code 532490 and is not set aside for small businesses. Key details include an emphasis on providing detailed quotations, including technical descriptions, prices, and compliance with terms and conditions, with final evaluation based on the lowest price offering. Additionally, contractors must obtain Defense Base Act (DBA) insurance, which is mandatory for service contracts outside the U.S. The document also establishes procedures for submission of quotations and highlights prohibitions related to covered telecommunications equipment as legislated to safeguard national security. Submission of quotes is due by April 7, 2025, with contact information for the contracting officers provided for inquiries.
Mar 31, 2025, 7:04 PM UTC
The Performance Work Statement (PWS) outlines a contract for the rental of Self-Generated Flood Light Towers by the United States Army South (USARSOUTH) for Exercise Tradewinds 2025 in Trinidad and Tobago. The contractor is responsible for providing all necessary personnel, equipment, supplies, and services to ensure that twelve operational flood light towers are available during the exercise period from April 21 to May 11, 2025. Key contract requirements include timely delivery, maintenance, and backup systems, with operational readiness 24/7. The equipment must comply with specified technical standards, including generator capacity and lighting requirements. Quality assurance measures will be enforced, and the contractor must ensure adherence to safety and security protocols, including background checks for all personnel. The document emphasizes collaboration between the contractor and government representatives to monitor performance and manage contract execution effectively. The overall objective is to enhance interoperability and mission success through the reliable provision of adequate lighting during the exercise, while ensuring compliance with legal and governmental standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FORT DRUM NEC COMM TOWER LIGHT REPLACEMENT
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the Fort Drum NEC Communication Tower Light Replacement project. This procurement involves the replacement of lighting fixtures in accordance with the Performance Work Statement (PWS), which is critical for maintaining operational safety and efficiency at the facility. The project falls under the NAICS code 335132, focusing on commercial, industrial, and institutional electric lighting fixture manufacturing, and is set aside for small businesses as per FAR 19.5 regulations. Interested parties must submit their proposals by 11 August 2025, no later than 1:00 PM EST, and can direct inquiries to Justin Gould at justin.c.gould5.mil@army.mil or by phone at 254-220-9333.
SEARCHLIGHT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of six 350 Watt Xenon Arc Searchlights, which are critical for maritime operations. These searchlights, characterized by their high intensity and specific construction requirements, must meet stringent packaging and marking standards as outlined in MIL-STD-2073-1E to ensure safe delivery and compliance with military specifications. The contract will be awarded on a lowest price technically acceptable basis, with a closing date for quotations set for July 31, 2025, at 10:00 AM Eastern Standard Time. Interested vendors should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or call 410-762-6259.
62--FLOODLIGHT,ELECTRIC
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of electric floodlights, specifically NSN 6220015038229, with a total quantity of 66 units. This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of six units. These floodlights are crucial for various military applications, ensuring adequate lighting in operational environments. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
143d MXG ISO Stand Lighting
Buyer not available
The Department of Defense, specifically the Rhode Island Air National Guard, is seeking proposals for the procurement of ISO Stand Lighting at the Quonset Air National Guard Base. This project involves the removal of 20 old RAB lighting fixtures and the installation of new LED flood lights that meet specific technical standards, including a capacity of 140 Watts and a minimum output of 19,158 lumens, with an Ingress Protection (IP65) rating for moisture and dust resistance. The initiative is part of the National Guard's commitment to service modernization and supports local small businesses through a Total Small Business Set-Aside procurement process. Proposals are due by 5:00 PM EST on August 13, 2025, and interested contractors must be registered in the System for Award Management (SAM) to be eligible. For further inquiries, contact Steven Tamayo at steven.tamayo.civ@army.mil or MSgt Sandra Yazidjian at sandra.e.yazidjian.mil@mail.mil.
62--FLASHLIGHT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of flashlights under solicitation number NSN 6230017211981. The requirement includes a total of 45 units to be delivered to the 0003 CS BN CO A DISTRIBUTION and 3 units to the W8BF VTARNG ELEMENT, JF HQ, both within a delivery timeframe of 20 days after order. These flashlights are essential for military operations, providing reliable lighting solutions in various environments. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to DibbsBSM@dla.mil.
CG BASE ASTORIA AIRCRAFT RAMP LIGHTING REPLACEMENT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of aircraft ramp lighting at Coast Guard Base Astoria in Warrenton, Oregon. The project entails the removal of existing light fixtures and the installation of new LED fixtures on two high poles, with a completion timeline of 80 days from the contract award. This initiative is crucial for maintaining operational readiness and compliance with safety and quality assurance standards, including FAA regulations and OSHA safety guidelines. Interested small businesses must submit their quotes to John Mangune at John.A.Mangune@uscg.mil by 7 AM (EST) on August 1, 2025, referencing solicitation RFQ number 70Z03325Q31190049.
GENERATOR, ALTERNATING CURRENT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of Alternating Current Generators, specifically under solicitation number SPRDL1-25-R-0040. The contract will be a Firm-Fixed Price arrangement for a total quantity of 28 units, which includes a base order of 14 units and an option for an additional 14 units, with specific requirements for military packing and inspection at the origin. These generators are critical for various military applications, ensuring reliable power supply in operational environments. Interested contractors must submit their proposals by the extended deadline of August 1, 2025, and can direct inquiries to Jasteena Gomoll at jasteena.gomoll@dla.mil or by phone at 586-467-1210.
62--LIGHT,HEAD,UTILITY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of utility head lights, specifically NSN 6230015999391, with a total quantity of 724 units required for delivery to DLA Distribution Cherry Point. This procurement is critical for ensuring operational readiness and safety, as these lighting fixtures are essential for various military applications. The solicitation is a Request for Quotation (RFQ) and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with all responsible sources encouraged to submit their quotes electronically. Interested parties should direct any inquiries to the buyer listed in the solicitation document or via email at DibbsBSM@dla.mil, with the submission deadline set for 64 days after the award date.
Removable External Searchlight
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from vendors regarding the procurement of a Removable External Searchlight for its MH-60T helicopter fleet. The USCG requires a searchlight that can provide multiple infrared (IR) filters for covert operations, as the current TrakkaBeam A-800 model has become obsolete and is no longer supportable. This searchlight is crucial for effective law enforcement missions, enabling the identification of targets at significant distances under various conditions. Interested vendors should respond by August 11, 2025, with their capabilities and relevant information to Kristen Allen at Kristen.L.Allen3@uscg.mil, referencing notice number 70Z03825IJ0000059.
AIRFIELD LIGHTING SYSTEM MOBILE CONTROL SYSTEM PLATFORMS INSTALLATION
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Firm Fixed Price contract for the installation of ADB SafeGate Airfield Lighting Control and Monitoring System (ALCMS) mobile control system platforms at Vandenberg Space Force Base in Lompoc, California. This procurement includes the modification and expansion of the ALCMS to incorporate mobile control stations, antennas, a wireless radio control hub, laptops, a tower touch screen monitor, software modifications, and comprehensive on-site installation, integration, certification, and training. The selected contractor will be responsible for ensuring that the airfield lighting system meets operational requirements, with ADB SafeGate Americas, LLC identified as the sole source capable of fulfilling this specialized need. Interested firms must submit an interest letter demonstrating their capability to provide equivalent services by July 29, 2025, to the primary contacts, Noah Blake and Chris Hummel, whose emails are noah.blake.3@spaceforce.mil and christopher.hummel.6@us.af.mil, respectively.