FBI CJIS Bulbs and Drivers REV #003
ID: 15F06725Q0000116Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONDIVISION 0100CLARKSBURG, WV, 26306, USA

NAICS

Electric Lamp Bulb and Other Lighting Equipment Manufacturing (335139)

PSC

INDOOR AND OUTDOOR ELECTRIC LIGHTING FIXTURES (6210)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 2:00 PM UTC
Description

The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting quotes for the procurement of replacement light bulbs and drivers for existing light fixtures under RFQ# 15F06725Q0000116. This opportunity is a total small business set-aside, requiring suppliers to provide compliant fluorescent or compact fluorescent bulbs that adhere to the Buy American Act (BAA) standards, with a focus on lowest price technically acceptable (LPTA) evaluation criteria. The procurement is critical for maintaining operational efficiency within the FBI's facilities, ensuring that lighting solutions meet specific technical and safety standards. Interested vendors must submit their quotations by April 30, 2025, and direct any questions to Linda S. Patterson at lspatterson2@fbi.gov or Jamie Melzer at jlmelzer@fbi.gov by April 25, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 1:05 PM UTC
The document provides a quote template for procurement related to various lighting products, intended for federal RFPs and potentially state and local grants. It includes specific bulb types (T8, T5, CFL, and LED) with part numbers and required specifications. The primary focus is on the compatibility of the proposed Lutron LED Retrofit Kit with a Lutron Lighting Control System, emphasizing that any alternative items not meeting technical specifications will be rejected. The document outlines the process for submitting prices and lead times, highlighting the necessity to fill specific columns accurately to reflect unit prices and potential discounts based on order quantities. Additionally, it includes a section for optional tier-based discounts that could apply for bulk purchases, detailing the required actions for bidders regarding quantity-based pricing. This procurement effort reflects the government's commitment to maintaining efficient lighting solutions while ensuring compliance with technical standards.
The document outlines the pricing template for RFQ #15F06725Q00000116 for CJIS Light Bulbs and Drivers, indicating various fluorescent, CFL, and LED light sources needed, along with their specifications, quantities, and lead times. Specifically, it details the elimination of certain items, requests for pricing structures for equivalent brands, and delivery conditions for a total order that includes specific kits and drivers. Notably, it specifies that all materials must be delivered on pallets and compliance with technical specifications is essential for proposed equivalents. The document indicates a focus on energy-efficient lighting solutions compatible with existing Lutron control systems, emphasizing the need for accuracy in pricing and delivery requirements. The thorough instruction set ensures compliance and uniformity in bids, which is critical for government RFP processes.
This government document outlines a price template for procuring compliant light bulbs and drivers, pursuant to the Buy American Act (BAA) and Trade Agreement Act (TAA). It specifies the requirements for various bulb types, including fluorescent, compact fluorescent, and LED retrofit kits, indicating quantities and unit prices to be filled in by prospective suppliers. Items 1 and 2 have been removed, while others are noted for their specific delivery requirements, particularly item 3 and its split version, 3A. The document emphasizes that all products must meet technical specifications, such as compatibility with existing Lutron Lighting Controls and specific sizing for drivers. Additionally, it mandates packaging and delivery instructions for the bulbs, necessitating placement on pallets. The document serves as a formal request for quotes (RFQ#) and aims to gather bids for compliant replacement products, ensuring adherence to federal standards and technical feasibility before acceptance. Overall, it centralizes requirements for government procurement in a clear and structured format for potential vendors.
Apr 22, 2025, 7:06 PM UTC
The document outlines specifications related to the L&M Project 15-13319-9 submitted to the FBI CJIS in Clarksburg by LaFace & McGovern of VW, LLC. It focuses on the configuration and options for the IBZ Fluorescent High Bay lighting systems, detailing available models, lamp types, ballast specifications, and customization options for distribution patterns and shielding. Key features include various sensor options for motion detection, emergency battery packs, and installation requirements. The documentation emphasizes the importance of using standard options for shortest lead times and contains technical details on mounting options, cord sets, and additional components necessary for optimal operation. This document serves as a technical guide for federal procurement processes in acquiring specialized lighting solutions, ensuring compliance with government standards and enhancing operational efficiency within federal facilities.
Apr 22, 2025, 7:06 PM UTC
Apr 22, 2025, 7:06 PM UTC
Apr 22, 2025, 7:06 PM UTC
Apr 22, 2025, 7:06 PM UTC
The document outlines the specifications and ordering information for the AF 1/26TRT 6WR PCL MVOLT luminaire designed for the FBI's Biometric Technology Center. It details technical elements such as aperture size, ceiling opening dimensions, and various trim and lens options. The luminaire features an optical system that enhances visual comfort and efficiency, using patented technologies to manage light distribution effectively. Additionally, the mechanical system is constructed from durable materials and allows for easy installation with adjustable mounting features. The electrical system highlights energy-efficient ballasts, ensuring compliance with safety standards. The document is structured to provide comprehensive ordering instructions, performance data, and compliance notes, indicating that the type has already been approved for use. This information is critical for contractors and vendors participating in federal RFPs or grants related to facility renovations or lighting projects, enabling them to meet the necessary specifications and regulatory requirements.
Apr 22, 2025, 7:06 PM UTC
The document outlines the specifications for lighting fixtures intended for use in the FBI's Biometric Tech Center. It focuses on two models: the H8432 (26-32W Triple Tube) and the H8442 (42W Triple Tube) compact fluorescent downlights, both designed for general lighting applications in various environments, including damp locations. Key design features include durable steel housings, safety locking sockets, choice of trim finishes, and electronic ballasts with programmed start functionalities. The fixtures are UL listed and offer various accessories to customize installation. Performance data such as brightness levels, coefficients of utilization, and distribution patterns are provided, ensuring efficient illumination at specified work planes. Special coatings and textures on trims enhance aesthetics while ensuring proper light diffusion. Overall, this document serves as a catalog for approved lighting solutions for the FBI project, emphasizing energy efficiency, functionality, and compliance with safety standards. Its structured details and technical terminology reflect the necessity for precise specifications in federal requests for proposals (RFPs) and grants related to infrastructure development.
Apr 22, 2025, 7:06 PM UTC
Apr 22, 2025, 7:06 PM UTC
Apr 8, 2025, 1:05 PM UTC
The document pertains to an FBI Request for Quotation (RFQ) regarding the procurement of specific light bulb products, with the primary focus on GE fluorescent tubes. The RFQ outlines that multiple shipments are permissible, with specified pallet size limitations. Bidders are informed that the selection process will use a lowest price, technically acceptable (LPTA) approach, emphasizing the importance of providing "Equal" item specifications if alternative brands are proposed, alongside competitive pricing based on the order volume. The due date for submissions is confirmed as March 18, 2025, and the quantity required for the primary item is specified as 144 kits. Additionally, clarification was provided regarding a potential part number error, confirming the correct one for potential bidders. The overall purpose of the document is to guide and inform potential suppliers about the bidding process and requirements for this federal procurement opportunity.
Apr 17, 2025, 8:09 PM UTC
The FBI's Revised solicitation (RFQ# 15F06725Q0000116) requires new quotes due to changes in item specifications, quantities, delivery instructions, and RFQ instructions since the last posting. The solicitation accepts deliveries in cartons and mandates compliance with TAA/BAA regulations. Suppliers can propose "Brand Name or Equal" products, with specific guidelines for alternatives. Previous submissions will not be considered, emphasizing the necessity for interested parties to resubmit their quotations reflecting the updated requirements. No information regarding the lowest bidder from the earlier posting is disclosed. The reposting aims to ensure clarity and adherence to the revised specifications, facilitating the procurement process for essential FBI supplies.
Mar 12, 2025, 1:05 PM UTC
The FBI's Request for Quotation (RFQ) number 15F06725Q00000116 pertains to the procurement of light bulbs and drivers. The document outlines several clarifications regarding the bidding process. Multiple shipments are permitted with specific pallet size restrictions, while proposals must focus on technical acceptability and pricing based on the lowest price, technically acceptable (LPTA) criteria. Bidders can suggest equivalent products but must provide detailed specifications. The required quantity is confirmed as 144 kits, and the due date remains set for March 18, 2025. The FBI aims for a single award but may consider multiple awards if beneficial. Lastly, bidders are cautioned that the FBI cannot advise on tariff-related uncertainties. The document emphasizes clarity in terms of quantities, pricing, and submission requirements, reflecting the structured approach typical of government procurement processes.
The FBI has issued a Request for Quotations (RFQ# 15F06725Q0000116) for the procurement of specific light bulbs and electronic drivers, designed to be a small business set-aside under FAR regulations. This procurement follows a lowest price, technically acceptable approach, where proposals must fulfill both technical specifications and pricing conditions. Submissions are required to include sufficiently detailed specifications for any proposed "equal" items to ensure compliance. The RFQ mandates that only specified bulb types be offered, with strict requirements for compatibility with existing systems like the Lutron Lighting Control System. The items listed include various fluorescent and LED bulbs, with a minimum quantity listed in the attached pricing template. Vendors have the option to propose tier-based discounts for larger orders. Delivery requirements specify that materials must arrive on pallets of limited dimensions. Responses are due by March 18, 2025, and must include a price validity of at least 90 days. The RFQ outlines all pertinent details, including submission instructions and deadlines, showcasing the government's intent to facilitate procurement while ensuring quality and compliance with established standards. This document represents a typical federal government procurement effort aimed at acquiring essential supplies while supporting small business participation.
This document outlines a Request for Quotation (RFQ# 15F06725Q0000116) issued by the FBI for the procurement of specific light bulbs and drivers, classified under Simplified Acquisition Procedures for Small Business. The solicitation is exclusively set aside for small businesses and aims for a single, but potentially multiple, award based on technical acceptability and lowest price. Key evaluation factors include technical specifications of brand name or equivalent products, with detailed compliance requirements for any proposed "Equal" items. Pricing must be complete and include optional tiered discounts based on quantities. All bids must adhere to specified delivery and packaging requirements, with quotations due by March 18, 2025. The RFQ emphasizes the importance of funding availability under FAR regulations and instructs potential bidders to submit inquiries by March 10, 2025. This RFQ reflects the government's strategic approach to fostering small business participation while ensuring procurement efficiency and compliance with federal acquisition standards.
The FBI's RFQ# 15F06725Q0000116 seeks replacement light bulbs and drivers in compliance with the Buy American Act (BAA). This 100% small business set-aside solicitation requires suppliers to provide specified fluorescent or CFL bulbs, ensuring adherence to BAA standards. Offers must include complete pricing templates, lead times, and delivery requirements while remaining valid for 90 days. The government emphasizes a lowest price technically acceptable (LPTA) evaluation process, prioritizing products that meet technical criteria such as BAA compliance and proper delivery specifications. Quotations are due by April 30, 2025, with questions accepted until April 25, 2025. The document provides detailed specifications for existing light fixtures, directing potential contractors to adhere to restrictions, including pallet size for delivery and verification of registrar status in SAM.gov. Overall, the RFQ exemplifies the government's focus on small business participation and adherence to domestic sourcing laws in federal procurement processes.
The solicitation RFQ# 15F06725Q0000116 issued by the FBI CJIS Division seeks to procure specific light bulbs and drivers, exclusively from small businesses under the FAR guidelines. The procurement consists of a 100% Small Business Set Aside and emphasizes brand name or equivalent products, specifying that bulb types must remain unchanged during submissions. All quotations must adhere to technical acceptability evaluations based on specified factors, including product compliance, delivery times, and acknowledgment of pallet size restrictions. Proposals are due by April 21, 2025, and will be evaluated using a lowest price, technically acceptable (LPTA) method. This approach focuses on identifying the most cost-effective proposal that meets technical specifications, ensuring the government achieves best value while supporting small businesses. For the procurement, a range of fluorescent bulbs and LED drivers are detailed, with specific quantities and descriptions provided for potential suppliers to quote accurately. This RFQ reflects the government's commitment to supporting small businesses while maintaining strict compliance with procurement standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Brand Name Only - Morse Watchmans Keywatcher Components
Buyer not available
The Federal Bureau of Investigation (FBI) is soliciting quotations for the procurement of Morse Watchman Keywatcher components under RFQ No. 001802, aimed at enhancing evidence supplies for its National Acquisition Programs Unit. Vendors are required to submit firm fixed-price quotes for specific components, including a 16-key module, main cabinet, and proximity card readers, with all products needing to meet detailed technical specifications and compliance with Federal Acquisition Regulations (FAR). This procurement is critical for improving security and access control systems within government facilities, and only new products will be accepted, with a strict all-or-none award basis. Interested vendors must submit their quotes by April 29, 2025, and ensure they are registered in the System for Award Management (SAM) for eligibility; for further inquiries, contact Jonathan Johnson at jejohnson3@fbi.gov.
Warehouse Camera System Upgrade
Buyer not available
The Federal Bureau of Investigation (FBI) is soliciting proposals from small business vendors for a firm-fixed-price contract to upgrade the CCTV surveillance system at its LCADD Warehouse located in Franconia, Virginia. The project aims to replace an outdated security system with a comprehensive solution that includes the installation of 80 new 8MP fixed dome cameras and various supporting equipment, enhancing surveillance capabilities and improving safety within the facility. Interested vendors must attend a mandatory site visit on May 7, 2025, and submit their quotations by May 22, 2025, with all proposals evaluated based on price and technical acceptability. For further inquiries, vendors can contact Adelle Bolton at albolton@fbi.gov.
SV0175-25 Lighting Project
Buyer not available
The Department of Justice, through the Federal Prison Industries (UNICOR), is seeking proposals from qualified small businesses for a lighting replacement project at the federal building located at 400 1st St NW, Washington, DC. The project involves providing and installing lighting components on the 7th floor, with specific requirements including compliance with safety regulations and contractor residency requirements. This initiative underscores the government's commitment to engaging small businesses in federal contracts while ensuring quality and safety standards are met. Interested vendors must submit their proposals by April 24, 2025, at 10:00 AM EST, following a mandatory site visit on April 18, 2025; inquiries can be directed to Joshua Hassler at joshua.hassler2@usdoj.gov.
RFI - 8(a) Audio Visual Services - 15F06725Q0000191
Buyer not available
The Federal Bureau of Investigation (FBI) is seeking responses from qualified vendors to provide Audio/Visual (AV) system maintenance and support services for the Critical Incident Response Group (CIRG) under the Request for Information (RFI) designated as 15F06725Q0000191. This opportunity is specifically aimed at Small Business Administration (SBA) 8(a) program participants and is intended for market research purposes to assess the capabilities of potential suppliers without committing to a solicitation or contract. The services sought are crucial for maintaining operational readiness and enhancing the FBI's AV service capabilities within their critical response units. Interested vendors must submit their responses electronically by April 24, 2025, and can direct inquiries to Naporshia Jackson at nljackson@fbi.gov.
62--LAMP,LIGHT EMITTING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of light-emitting lamps, specifically NSN 6240015790370, with a quantity of 93 units required for delivery to Industries of the Blind Inc. These lamps are critical components used in various military and defense applications, ensuring reliable lighting solutions. The solicitation is classified as a Request for Quotation (RFQ) and will be available electronically; hard copies will not be provided. Interested vendors must submit their quotes electronically by the specified deadline, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
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 6220011669215. The requirement includes a quantity of one unit to be delivered to the DLA Distribution Depot in Oklahoma within 170 days after the order is placed. These floodlights are critical for various military applications, ensuring adequate lighting in operational environments. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
62--LIGHT,CHEMILUMINESC
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 2,696 units of the chemi-luminescent light (NSN 6260013961704). This procurement is part of a total small business set-aside initiative, aimed at sourcing lighting fixtures and lamps, which are critical for various military applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed via the DLA's solicitation portal.
RFI - Custom Plaques
Buyer not available
The Federal Bureau of Investigation (FBI) is seeking information through a Request for Information (RFI) for customized plaques intended for employee recognition. These plaques must be made from high-quality materials, specifically laser-engraved on aluminum plates, and should include aesthetic features such as the FBI emblem and anniversary emblems, all presented in a shadowbox frame. This initiative aims to gather samples that will serve as keepsakes for employees over the years, and while this RFI is informational and does not constitute a solicitation for proposals, interested vendors are encouraged to submit samples along with detailed company information and innovative solutions. For further inquiries, vendors can contact Lily Calvert at lrcalvert@fbi.gov or Adelle Bolton at albolton@fbi.gov, noting that no funding is available for sample preparation or submission.
62--FLOODLIGHT SET,ELECTRI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 60 units of the Floodlight Set, Electric (NSN 6230002995879). This solicitation is part of a total small business set-aside and aims to fulfill the lighting fixture needs for military applications. The selected contractor will be responsible for delivering the specified floodlight sets to the DLA Distribution San Joaquin within 170 days after the order is placed. Interested vendors should submit their quotes electronically, and any inquiries regarding the solicitation can be directed to the buyer via email at DibbsBSM@dla.mil.
CSS 88751 - Repair Light Fixtures
Buyer not available
The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking qualified contractors to replace light fixtures in support of the 99th Readiness Division. The procurement will involve furnishing all necessary personnel, equipment, supplies, services, and materials as outlined in the forthcoming solicitation and Statement of Work. This project is categorized under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is set aside for 100% Small Business participation, with a projected contract value of up to $45 million. Interested parties should note that the solicitation number W15QKN-25-R-A078 is expected to be posted on PIEE/SAM.GOV around May 9, 2025, and are encouraged to contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil for further inquiries.