Skip to main content

An official website of the United States government

You have 2 new alerts

Tactical and Weapon Mounted Flashlights

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Aug 09, 2024 12:56 pm CDT
  • Original Published Date: Jul 25, 2024 02:55 pm CDT
  • Updated Date Offers Due: Aug 15, 2024 04:00 pm CDT
  • Original Date Offers Due: Aug 09, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 30, 2024
  • Original Inactive Date: Aug 24, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6230 - ELECTRIC PORTABLE AND HAND LIGHTING EQUIPMENT
  • NAICS Code:
    • 335139 - Electric Lamp Bulb and Other Lighting Equipment Manufacturing
  • Place of Performance:
    Sioux City , IA
    USA

Description

Amended 9 August 2024 to change solicitation close date to 15 August 2024 at 4:00 PM Central. 

Amended 26 July 2024 to change solicitation number in Description from incorrect W50S72-23-Q-7303 to correct W50S72-24-Q-7303.

This solicitation, W50S72-24-Q-7303, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05, effective 22 May 2024. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 335139 and the small business size standard is 1,250 employees. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial items are requested in this solicitation:

Required Line Items:

0001 Tactical Flashlight. Quantity: 26 EACH

  • At least 1,000 lumens
  • Must be able to operate on both 123a lithium batteries and rechargeable batteries
  • Tactical style tail cap mounted momentary switch
  • At least IPX 68 rated for water and dust resistance
  • Type 2 or type 3 anodized aluminum body to resist corrosion
  • Compact, 4 to 6 inches long
  • Head must not exceed 1.5 inches in diameter
  • Pocket clip
  • Black or subdued earth tone in color

0002 Weapon Mounted Flashlight. Quantity: 26 EACH

  • Must be on approved equipment listing (see attachment)
  • Compatible with M4 series rifles
  • Design for medium to long range uses
  • At least 1,000 Lumens
  • Must include M75 thumbscrew mount
  • Tan in color
  • Replacement batteries included
  • Must not be altered or modified

SUBMISSION REQUIREMENTS/RFQ TERMS:

1.  Offerors shall submit ALL of the following information with their quote on attached vendor information sheet.

  • Company/Offeror Name:
  • Company Tax ID Number:
  • Company P.O.C:
  • POC Phone Number:
  • POC E-Mail:
  • Cage Code or UEI Number:
  • Place of Manufacture (Required):
  • Anticipated Delivery Time After Receipt of Order (ARO):
  • F.O.B. (if origin, please provide cost):
  • Net Payment Terms (Net 30, unless otherwise noted):

2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below.  Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award.

3. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.  Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation.

4. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:

(A) Small business;

(B) Service-disabled veteran-owned small business;

(C) Women-owned small business (WOSB) under the WOSB Program;

(D) Economically disadvantaged women-owned small business under the WOSB Program; or

(E) Historically underutilized business zone small business.

5. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Contractors shall not quote sales prices that will expire before 30 September 2024.

6. Questions regarding this solicitation shall be emailed to MSgt Megan McCauley, no later than 10:00 AM Central on Friday, 2 August 2024. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation.

7. Proposals are due at:

185ARW/MSC

ATTN: MSgt Megan McCauley

2920 Headquarters Avenue

Sioux City, IA 51111-1300.

Proposals may be submitted by mail, hand delivered, or e-mail to megan.mccauley@us.af.mil 

It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History