Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

56--LED Power Supply Taxiway Lights

Expired
N4019219Q7240Federal
General Info

Agency

Department Of Defense → Navfacsyscom Marianas

View Agency

NAICS

332510 - Hardware Manufacturing

View NAICS

Place of Performance

Andersen Air Force Base, Yigo, GU 96929 US, AP

Set-Aside

SBA
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Sources Sought

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → Navfacsyscom Marianas
ContactsNo contacts available
OfficeFPO, AP, 96540-2937, USA
Organization / Agency
Department Of Defense → Navfacsyscom Marianas
View Agency Profile
Office Address

FPO, AP, 96540-2937, USA

Contacts

No contact information available

Full Description
Show more
Notice Type: Sources Sought Response Date: 26 JUL 2019 Set Aside: Total Small Business Classification Code: 5680 Facilities and Construction-Facility Related Materials Synopsis: IMPORTANT NOTICE: THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THE INTENT OF THIS NOTICE IS TO IDENTIFY POTENTIAL OFFERORS FOR MARKET RESEARCH PURPOSES. The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure supplies related to the following: Naval Facilities Engineering Command Marianas has an urgent requirement for the procurement and delivery of LED Power Supply and Module LED Replacements to Andersen Air Force Base, Guam. The requirement is Brand Name items with expedited shipping. QTY UNIT DESCRIPTION MFG MFG# 400 EA LED Power Supply, C-H Taxiway Light (Previously AA67088) Crouse Hinds 21443-TB-1 400 EA Module, LED, Replacement, C-H Taxiway Light (Previously GU-AA67086) Crouse Hinds 21486 Delivery of the items will be at the following address: 36 CES BLDG 18001 Arc Light Blvd. Yigo, GU 96929 The purpose of this notice is to gain knowledge of qualified and interested parties in supplying the required items and to see the difference in lead times to determine possible evaluation factors. The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses along with other market research to make various determinations regarding procurement of these services. 5680 Facilities and Construction-Facility Related Materials The NAICS Code for this procurement is 332510- Hardware Manufacturing and the annual size standard is 750 Employees. Responses to the questions provided herein must be submitted in electronic form (Microsoft Word or Adobe PDF format) and may be attached to an email addressed to: joannelle.nededog-flores@us.af.mil. Do not submit brochures or other corporate marketing information. The due date for responses is 26 July 2019 at 4:00 PM Guam local time. Please identify in the subject line of your response: NAVFAC Marianas LED Power Supply and Replacement Sources Sought. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. IN ORDER TO PROTECT THE INTEGRITY OF ANY FUTURE PROCUREMENT THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENT FOR PRESENTATIONS WILL BE MADE.

Similar Contracts

NAICS: 332510
New
Federal

INSERT, SCREW THREAD

This contract pertains to the procurement of 45 units of screw thread inserts, specifically part number MS51830CA204L with NSN 5325-01-070-6527. The hardware must comply with the current revision of the applicable military part standard MS51830G, dated May 9, 2022, as well as other referenced specifications, including MIL-I-45914A. The manufacturing process and quality must adhere to stringent government technical and quality requirements outlined in the DLA Master List, including tailored higher-level contract quality standards, packaging per MIL-STD-2073-1E, and marking requirements per MIL-STD-129. Inspection and acceptance are to be conducted at the origin point, with sampling and quality control procedures following MIL-STD-1916 or ASQ H1331 standards. Delivery is expected within 117 days from the contract date, to the Defense Logistics Agency Distribution San Joaquin facility in Tracy, California. The contract mandates no quantity variance and emphasizes secure, compliant packaging and palletization to meet federal standards. Coordination and communication are facilitated through the primary point of contact, Monica Clark. Transportation and freight are subject to specific DLAD procurement notes for first destination delivery. Overall, this contract ensures that supplied hardware meets strict military standards for performance, identification, and quality through precise manufacturing and inspection protocols.

ASC COMMODITIES DIVISION

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details
NAICS: 332510
New
Federal

PIN, SPRING

This contract pertains to the procurement of 121 units of a specific PIN, SPRING item, identified by National Stock Number (NSN) 5315-00-239-7682, under solicitation number SPE4A6-26-T-968B. The delivery is required within 55 days, with an exact need and original required delivery date of May 19, 2026. The goods are to be delivered FOB origin to the DLA Distribution DDSP New Cumberland Facility in Pennsylvania, with inspection and acceptance also occurring at the origin point. Packaging and marking requirements adhere strictly to MIL-STD-2073-1E and MIL-STD-129 standards, ensuring preservation and proper identification; mercury or mercury compounds are expressly prohibited in the preservation, packaging, packing, and marking processes. The contract incorporates various technical and quality requirements from the DLA Master List applicable at the solicitation or award date and references key procedures for sampling inspection methods per MIL-STD-1916 and specific acceptance quality levels. It mandates removal of government identification from non-accepted supplies, prohibits mercury except in limited, specified applications, and includes tailored higher-level quality requirements and physical identification mandates. The item is classified as a critical application component with specified part numbers and is subject to government packaging and transportation regulations. The contracting office is the ASC Commodities Division within the Department of Defense, and the primary point of contact is Paul Askew.

ASC COMMODITIES DIVISION

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details
NAICS: 332510
New
Federal

SPACER, RING

This contract pertains to the procurement of 17 units of spacer rings, designated under NSN/Part Number 5365-01-004-7141, with a delivery timeframe of 165 days after the date of order. It is issued by the Department of Defense’s ASC Supplier Operations AE and AF Division and is associated with NAICS code 332510. The purchase follows strict packaging, technical, and quality assurance requirements as specified in the Defense Logistics Agency (DLA) master documentation, which includes adherence to MIL-STD-1916 sampling procedures or comparable zero-based plans, and specific acceptance levels for critical, major, and minor attributes. Identification and physical marking protocols are enforced, along with requirements to remove government identification from non-accepted supplies. The contract also mandates compliance with ISO 9001:2015 quality standards for both manufacturers and non-manufacturers. Additionally, the contract imposes stringent controls related to export-controlled technical data, governed by ITAR and EAR regulations, requiring prior approval from relevant government departments before any export or disclosure to foreign nationals, including foreign national employees and subsidiaries. Only contractors with approved US/Canada Joint Certification Program certification, relevant training, and DLA authorization may access this controlled data. Inspection and acceptance will occur at the origin of shipment. The place of performance is specified as Phoenix, and the primary point of contact is a government official named Michael Johnson. The solicitation was posted in March 2026 with a response deadline within about a week after issuance.

ASC SUPPLIER OPER AE AND AF DIV

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details
NAICS: 332510
New
Federal

RING, RETAINING

This contract pertains to the procurement of 10 units of a retaining ring, identified by NSN 5325-00-619-0523, under solicitation number SPE4A6-26-T-968F issued by the Defense Logistics Agency (DLA). The delivery schedule requires fulfillment within 146 days after the award date. The procurement falls under NAICS code 332510, related to metal product manufacturing, and is managed by the ASC Commodities Division of the Department of Defense, with performance expected in Tracy, CA. The solicitation was posted on March 16, 2026, with a response deadline of March 24, 2026. Key contractual stipulations include incorporation of technical and quality requirements per the DLA Master List, with quality assurance following MIL-STD-1916 or equivalent sampling methods to ensure zero non-conformance in acceptance testing, unless otherwise stated. The contract mandates removal of government identification from rejected items and specifies packaging in accordance with DLA requirements. The handling and distribution of export-controlled technical data are strictly regulated, requiring contractor certification, training, and DLA approval for access to such data under ITAR and EAR regulations. Quality conformance inspection, inspection at origin, and export control protocols are essential elements of this contract to maintain compliance and meet the government’s stringent standards.

ASC COMMODITIES DIVISION

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details