NAVFAC Awards $852,690 for Electric LED Light Towers to Native Instinct LLC

Contract Overview

Contract Amount: $85,269 ($85.3K)

Contractor: Native Instinct LLC

Awarding Agency: General Services Administration

Start Date: 2026-04-15

End Date: 2026-10-12

Contract Duration: 180 days

Daily Burn Rate: $474/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: NAVFAC ELECTRIC LED LIGHT TOWERS

Place of Performance

Location: PORT HUENEME CBC BASE, VENTURA County, CALIFORNIA, 93043

State: California Government Spending

Plain-Language Summary

General Services Administration obligated $85,269 to NATIVE INSTINCT LLC for work described as: NAVFAC ELECTRIC LED LIGHT TOWERS Key points: 1. Contract awarded to Native Instinct LLC for electric LED light towers. 2. The contract value is $852,690. 3. The award was made under full and open competition. 4. The contract duration is 180 days. 5. The contract is for delivery order.

Value Assessment

Rating: fair

The contract value of $852,690 for 180 days of service seems reasonable for specialized equipment like electric LED light towers. Benchmarking against similar procurements for mobile lighting solutions would provide a clearer picture of value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a competitive bidding process. This method generally leads to better price discovery and potentially lower costs for the government.

Taxpayer Impact: The competitive nature of this award is likely to result in a fair price, minimizing unnecessary taxpayer expenditure.

Public Impact

Provides essential lighting for naval facilities, potentially improving safety and operational efficiency. Supports military readiness by ensuring adequate illumination for critical infrastructure. The contract award contributes to the economic activity within the sector supplying these specialized light towers.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The procurement falls within the manufacturing sector, specifically related to electrical equipment. Spending benchmarks for similar mobile lighting systems vary widely based on features and quantity.

Small Business Impact

The data indicates that small business participation was not a factor in this specific award (ss: false, sb: false). Further analysis would be needed to determine if opportunities for small businesses were overlooked or if the prime contractor is a large business.

Oversight & Accountability

The General Services Administration (GSA) is responsible for overseeing this contract. The use of a Federal Acquisition Service contract vehicle suggests established oversight processes are in place.

Related Government Programs

Risk Flags

Tags

motor-and-generator-manufacturing, general-services-administration, ca, delivery-order, under-100k

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $85,269 to NATIVE INSTINCT LLC. NAVFAC ELECTRIC LED LIGHT TOWERS

Who is the contractor on this award?

The obligated recipient is NATIVE INSTINCT LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $85,269.

What is the period of performance?

Start: 2026-04-15. End: 2026-10-12.

What is the specific operational need for these electric LED light towers, and how do they compare to alternative lighting solutions in terms of cost-effectiveness and efficiency?

The specific operational need for these electric LED light towers is not detailed in the provided data. However, they are likely intended for temporary or mobile illumination at naval facilities, potentially for construction sites, emergency response, or event support. A cost-effectiveness analysis comparing them to other lighting solutions like traditional generators with floodlights or solar-powered options would be beneficial to ensure optimal resource allocation and long-term value for the taxpayer.

What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract to ensure the light towers meet operational requirements and are maintained effectively

The provided data does not specify the key performance indicators (KPIs) or service level agreements (SLAs) for this contract. To ensure effectiveness, the contract should include clear metrics for light output (lumens), operational uptime, response time for maintenance, and fuel efficiency (if applicable). Defining these parameters is crucial for accountability and verifying that the delivered equipment meets the Navy's operational needs throughout the contract period.

Given the limited contract duration, what is the long-term strategy for lighting needs at this facility, and has a needs assessment been conducted to determine if this is a recurring requirement?

The limited 180-day duration of this delivery order suggests it may be for a specific, short-term project or an interim solution. The long-term strategy for lighting needs at the facility is not evident from the data. A comprehensive needs assessment should be conducted to determine if this is a recurring requirement, which could inform decisions about future procurements, potential lease-to-own options, or investments in permanent infrastructure.

Industry Classification

NAICS: ManufacturingElectrical Equipment ManufacturingMotor and Generator Manufacturing

Product/Service Code: LIGHTING FIXTURES, LAMPS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47QSWC26Q0090

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4413 CYCAD LN, BOYNTON BEACH, FL, 33436

Business Categories: 8(a) Program Participant, Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $85,269

Exercised Options: $85,269

Current Obligation: $85,269

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QSWA19D00AP

IDV Type: FSS

Timeline

Start Date: 2026-04-15

Current End Date: 2026-10-12

Potential End Date: 2026-10-12 00:00:00

Last Modified: 2026-04-08

More Contracts from Native Instinct LLC

View all Native Instinct LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending