Flame-Resistant Clothing
ID: W911KF-24-Q-0050Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

Industrial Launderers (812332)

PSC

CLOTHING, SPECIAL PURPOSE (8415)
Timeline
  1. 1
    Posted Aug 22, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 10, 2024, 12:00 AM UTC
  3. 3
    Due Nov 12, 2024, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of arc-rated flame-resistant clothing services for employees at the Anniston Army Depot in Alabama. The contract requires the contractor to supply 14 uniforms and 2 jackets for each of the 144 employees across the Directorate of Production Engineering and the Directorate of Public Works, including on-site fittings, laundering, inspections, repairs, and weekly deliveries of clean uniforms. This procurement is crucial for ensuring employee safety in hazardous work environments, adhering to industry standards for flame-resistant clothing. Proposals must be submitted electronically by November 12, 2024, with all inquiries directed to Crystal Hodges at crystal.l.hodges8.civ@army.mil or by phone at 571-588-0965.

Files
Title
Posted
Oct 10, 2024, 7:18 PM UTC
The Statement of Work details the requirements for providing arc-rated flame-resistant (FR) clothing services at the Anniston Army Depot, Alabama, for 144 employees in two directorates. Each employee will receive 14 uniforms, consisting of a long-sleeve shirt, pants, and a jacket, over a one-year base period with four one-year options. The contractor must ensure on-site initial fittings, offer laundering and repairs at no extra cost, and provide a delivery schedule that guarantees seven clean uniforms weekly. The clothing must meet specific industry standards and have defined arc ratings for safety. Additionally, the contractor is responsible for providing storage for cleaned uniforms and collection bins for dirty ones. The document also outlines invoicing procedures, security policies, and the expectation for background checks to access the installation. Overall, it establishes a clear framework for contractor obligations and employee safety in compliance with relevant regulations.
Oct 10, 2024, 7:18 PM UTC
The document outlines the requirements for certifying the authority of individuals who will sign offers on behalf of a corporation or partnership in response to solicitation provisions. It specifies that proof of authority is necessary, except for sole proprietorships where the owner can sign without additional documentation. Two types of certificates are provided: one for corporations and another for partnerships or unincorporated firms. The corporate certificate must be completed by the Secretary of the corporation, confirming the empowered official/agent’s authority to bind the corporation under specified conditions. The partnership certificate is to be signed by all partners, confirming an individual’s authority. These certifications are essential to ensure that all offers submitted in response to federal or state/local RFPs hold legal validity and are properly authorized, thus reinforcing accountability in government contracting processes.
Oct 10, 2024, 7:18 PM UTC
The Pre-registration Workflow outlines a streamlined process for visitor management at controlled installations, facilitating secure access for individuals. Visitors initiate the process by registering via a generic online link, with their data prepared for review on a secure portal by Visitor Control Center (VCC) personnel. This data undergoes ID verification and a background check. If no issues arise, visitors receive a text notification confirming their pass approval with relevant dates. Conversely, if derogatory information is identified, it is escalated for further review by VCC personnel, leading to either pass approval or denial, with instructions for next steps conveyed via custom messages. Upon arrival, visitors can use their driver’s license or kiosk-generated pass, which is validated online against the system. Furthermore, only personnel with Criminal Justice Information Services (CJIS) certification can access visitor data, ensuring compliance and security throughout the process. This framework is indicative of evolving measures in government facilities to enhance visitor vetting while maintaining operational efficiency and security.
Oct 10, 2024, 7:18 PM UTC
This document outlines the requirements for bidders submitting proposals for Flame Resistant Clothing as part of a government solicitation. Bidders must provide descriptive literature that demonstrates compliance with specified technical standards, particularly concerning shirts, pants, and jackets. The document stipulates that if the preprinted literature does not address all necessary features, a supplemental letter must be included. Bids will be rejected if the literature fails to prove conformity to specifications or includes disclaimers about the potential for changes. Furthermore, a product catalog can be used if bidders explicitly indicate the relevant items within the catalog, as ambiguity will render bids non-responsive. This Request for Technical Literature is essential for ensuring that submitted bids meet regulatory compliance and technical requirements for safety and effectiveness in clothing used in hazardous conditions.
Oct 10, 2024, 7:18 PM UTC
The document is a Past Performance Questionnaire related to a solicitation for Flame Resistant Clothing at the Anniston Army Depot. It outlines the process for evaluating potential contractors based on their past performance, ensuring adherence to federal regulations regarding source selection. The questionnaire requests detailed information about the prime contractor, including contract specifics and performance assessments based on various criteria such as customer satisfaction, adherence to schedules, technical processes, compliance with specifications, and quality control. Contracting officials are instructed to provide ratings on a scale from "Excellent" to "Poor" across several performance dimensions and to supply a narrative explanation for their ratings, highlighting compliance issues, performance strengths or weaknesses, and overall satisfaction. The gathered information will inform the selection process, emphasizing the importance of past performance in the decision-making for government contracts. The objective is to establish a reliable contractor capable of delivering high-quality flame-resistant clothing while maintaining compliance with safety and technical standards. This document's structure is designed to facilitate thorough evaluation and comparison between bidders, contributing to an informed awarding of government contracts.
Oct 10, 2024, 7:18 PM UTC
The document outlines the Statement of Work for the provision of arc-rated flame-resistant (FR) clothing for employees at Anniston Army Depot in Alabama. The service targets 144 employees across the Directorate of Production Engineering and the Directorate of Public Works, requiring 14 uniforms and 2 jackets per employee for a total of 840 DPE uniforms and 1176 DPW uniforms. The contract spans one base year with four optional annual extensions. Key requirements include on-site fittings, laundering, inspections, and weekly deliveries to maintain a supply of clean uniforms for employees. Clothing specifications demand a minimum arc rating for shirts, pants, and jackets, ensuring they meet industry standards set by OSHA and other governing bodies. The contractor must also adhere to security protocols for access to military installations and provide a point of contact for communication. Proper invoicing practices and management procedures for uniforms and repairs are included to facilitate contract compliance. This RFP reflects the government's commitment to ensure employee safety through regulated and suitable clothing provision.
Oct 10, 2024, 7:18 PM UTC
The Statement of Work outlines the requirements for providing arc-rated flame-resistant (FR) clothing services to the Anniston Army Depot in Alabama. The service is intended for a total of 144 employees across two directorates, with each employee receiving 14 uniforms and 2 jackets, totaling 840 and 1,176 uniforms, respectively. The contractor will ensure on-site fittings, laundering, inspections, repairs, and storage of uniforms at no additional cost. Consistent with industry standards, uniforms must meet specified arc ratings and durability requirements. The contractor is also responsible for scheduling weekly deliveries, maintaining an inventory of laundered and soiled garments, and providing appropriate security and access measures as required by military installations. The contract is set for a one-year base period with four optional extensions, emphasizing communication and approval processes between the contractor and the government to ensure compliance and quality of service. This document is crucial for ensuring safety and compliance with regulations while fulfilling the specific needs of personnel at the depot.
Oct 10, 2024, 7:18 PM UTC
The government solicitation W911KF24Q0050 invites proposals for on-site arc-rated flame-resistant clothing services for employees at the Anniston Army Depot. The contract requires an estimated sixty employees from the Directorate of Production Engineering (DPE) and eighty-four from the Directorate of Public Works (DPW). Each employee will receive fourteen uniforms and two jackets, with services including fittings, laundering, inspection, repair, and hemming at no additional cost to the government. Proposals must be submitted electronically by September 9, 2024, and potential contractors are instructed to ensure registration in the System for Award Management (SAM) and comply with various security, safety, and environmental regulations specific to the Anniston Army Depot. The document also outlines payment methods, identification requirements for contractor employees, compliance with operational and safety standards, and the necessity for contractors to implement a Drug-Free Workplace plan. This RFP reflects the military's commitment to employee safety through appropriate workwear and adherence to rigorous contracting standards.
Oct 10, 2024, 7:18 PM UTC
The document is an amendment to a solicitation from the Department of Defense regarding uniform rental services. It specifies that the solicitation is being modified to include responses to vendor inquiries, with the key points being: the Department will not consider direct purchase programs with supplier-managed laundry; there is no incumbent service provider since this is a new requirement; and the uniforms will be rented rather than purchased. The purpose of this amendment is to clarify these points for potential participants in the bidding process. The document reiterates that all other terms and conditions remain unchanged. This amendment reflects the DOD's approach to leasing uniforms and emphasizes the importance of vendor communication in government procurement processes.
Oct 10, 2024, 7:18 PM UTC
This document is an amendment to a federal solicitation, specifically extending the deadline and modifying the Statement of Work regarding uniform procurement for the Directorate of Production Engineering and the Directorate of Public Works. The solicitation's submission deadline has been extended from September 9, 2024, to September 16, 2024, at 10:00 AM CST. The product service code has changed from W084 to 8415, and the quantity of uniforms required is specified as 840 for the Directorate of Production Engineering and 1,176 for the Directorate of Public Works. It establishes that contractors must invoice the government weekly, with a post-award meeting planned to discuss invoicing procedures. All other terms within the original solicitation remain unchanged. This amendment illustrates ongoing procedural updates within government procurement processes, ensuring clarifications and adjustments are in line with requirements and project specifications.
Oct 10, 2024, 7:18 PM UTC
This document serves as an amendment to a solicitation (W911KF24Q0050) regarding a military clothing contract with the Anniston Army Depot. Significant modifications include updates to the Statement of Work (SOW), specifically the weights and specifications of the required fabrics for uniforms. The changes entail an increase in weight requirements from 5.3 oz/yd² to 5.5 oz/yd² and from 6.4 oz/yd² to 6.9 oz/yd² for various components of the clothing. Additional adjustments include alterations to garment designs, such as specific pocket placements and construction details to enhance functionality and comfort. Furthermore, the deadline for submission of offers has been extended from September 16, 2024, to November 12, 2024, at 10:00 AM CST. The document highlights the importance for contractors to acknowledge receipt of this amendment to ensure their bid remains eligible. Overall, the amendment reflects a commitment to refining the quality specifications of military garments while providing contractors ample time to respond to the revised solicitation.
Lifecycle
Title
Type
Flame-Resistant Clothing
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
Coveralls Flyers, Anti-Exposure, CWU-86/P & CWU-87/P
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking contractors for the manufacture and delivery of Anti-Exposure Coveralls, specifically the CWU-86/P and CWU-87/P models. These coveralls must be constructed from waterproof, flame-resistant, and moisture vapor-permeable materials, with a new pattern date set for June 24, 2024, and a notable design adjustment involving the removal of a pocket. The procurement is critical for ensuring the safety and operational readiness of personnel in specialized flight environments, with a planned Firm Fixed-Priced, Indefinite Delivery, Indefinite Quantity (IDIQ) contract spanning five years and including guaranteed minimum and maximum annual quantities ranging from 225 to 1,625 units. Interested contractors should prepare for First Article Testing and ensure compliance with federal sourcing regulations, with the solicitation expected to be released in November 2024; for further inquiries, contact Lisa Pizzo at lisa.pizzo@dla.mil or 215-737-8076.
Flyer's Jacket SML
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking offers for the procurement of Flyer's Jackets, classified under special purpose clothing. The solicitation will cover National Stock Numbers (NSNs) 8415-01-595-5297, 8415-01-595-5298, and 8415-01-595-5299, and will be conducted using FAR Subpart 13.5 procedures as an indefinite delivery indefinite quantity (IDIQ) contract. These jackets are essential for military personnel, ensuring they are equipped with specialized clothing for various operational environments. Interested vendors should note that the estimated issue date for the solicitation is April 11, 2025, with a requested delivery timeline of 45 days post-award. For further inquiries, potential bidders can contact Ryan Hutton at Ryan.Hutton@dla.mil or Robert Singley at robert.singley@dla.mil.
Cold Weather Clothing and Gear
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for cold weather clothing and gear under RFQ FA4877-25-Q-A-288. The procurement includes a total of seventy units each of various specified items, including Patagonia jackets and Arc'teryx bibs, which are essential for personnel stationed at Davis-Monthan Air Force Base in Tucson, Arizona. This contract is a Total Small Business Set-Aside, emphasizing the importance of compliance with federal regulations, including the Berry Amendment, and is aimed at ensuring the provision of high-quality, durable outerwear for military use. Interested vendors must submit their quotes by the deadline of April 3, 2025, and can direct inquiries to Kody McPherson at kody.mcpherson.1@us.af.mil or Adam Lynn at adam.lynn@us.af.mil.
SPE1C1-25-R-0067
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is preparing to solicit bids for the procurement of Coveralls, IFRV, Shipboard, under Solicitation Number SPE1C1-25-R-0067. This acquisition is designated as a Total Small Business Set-Aside and will result in a Firm-Fixed Price, Indefinite-Delivery, Indefinite-Quantity contract, with a guaranteed minimum quantity of 24,000 units and a maximum quantity of 540,000 units over a four-year ordering period. The coveralls are essential for Navy operations and must comply with the MIL-DTL-32082B standard, with all materials required to be 100% U.S.-sourced in accordance with the Berry Amendment. The solicitation is expected to be posted on the DLA Internet Bid Board System around April 30, 2025, and interested parties must register with the System for Award Management (SAM) to submit offers. For further inquiries, potential bidders can contact Patricia Martin at patricia.a.martin@dla.mil or Mercy Harris at mercy.harris@dla.mil.
RRB Promotional T-Shirts & Hoodies
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from small businesses for the procurement of promotional T-shirts and hoodies for the Michigan Army National Guard. The contract requires the delivery of 10,000 military green cotton/polyester blend T-shirts and 5,000 gray heather hoodies, each featuring specific designs and logos, with a firm delivery deadline of July 31, 2025. These promotional items are intended to enhance recruitment efforts and promote the Michigan Army National Guard's branding initiatives. Interested vendors should submit their quotes by April 25, 2025, and may direct inquiries to Bonnie Reineer at bonnie.l.reineer.civ@army.mil or Olayemi O. Olatunji at olayemi.o.olatunji.mil@army.mil.
Emergency personnel Vests
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of emergency personnel ballistic vests and helmets for the Fort Bliss Fire Department. This procurement aims to enhance the department's capabilities in responding to active shooter situations, as outlined in AR 2-280 and AR 385-10, and includes an amendment to increase the quantity of required steel plates from 49 to 80. The goods are critical for ensuring the safety and effectiveness of personnel during emergency response operations. Interested vendors should contact Jose Arriola at jose.a.arriola.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
Occupational Clothing Laundry Services (Kaiserslautern Germany)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for Occupational Clothing Laundry Services in Kaiserslautern, Germany, under a solicitation aimed at supporting women-owned small businesses (WOSB). The contractor will be responsible for the regular collection, laundering, and delivery of occupational clothing to approximately 14 locations, ensuring garments remain in usable condition at all times. This service is critical for maintaining the operational readiness of military personnel, with a contract duration starting from April 22, 2025, and potentially extending through April 2028, contingent upon funding and performance. Interested vendors must submit their proposals by April 3, 2025, and can contact Robbie Newland at robbie.r.newland.civ@army.mil or Ric Colon Acevedo at ricardo.colonacevedo.civ@army.mil for further information.
Combine Synopsis/Solicitation for Nomex Fibers, Sole Source to DuPont
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract to acquire a buffer stock of Nomex® fibers, specifically intended to support military operations. The contract will establish a minimum stock of 200,000 pounds, with a maximum limit of 300,000 pounds, to ensure the timely availability of fire-retardant materials essential for military apparel, spanning a one-year base period with three additional option years. The fibers are critical for maintaining military readiness, and the successful contractor will be responsible for inventory management, quality control, and compliance with performance work statements. Interested parties must submit their proposals by April 14, 2025, and direct any questions to Adam Steele at adam.steele@dla.mil, with a copy to Christine Boyer at christine.boyer@dla.mil, ensuring to include the appropriate subject lines for clarity.
Layer 6 Trousers, PGC 04052
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the acquisition of Layer 6 Trousers, classified under NSN 8415-01-641-1787 (PGC 04052). This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with five one-year ordering periods, with a total minimum quantity of 43,812 trousers and an estimated annual quantity of 175,014, culminating in a maximum total of 1,093,770 units. The trousers are designed for extreme cold and wet weather conditions and must adhere to military specifications, emphasizing the importance of these garments for operational readiness. Interested vendors must register in the System for Award Management (SAM) and are encouraged to submit proposals that include Product Demonstration Models and past performance details, with the solicitation expected to be posted on the DLA Internet Bid Board System (DIBBS) in May 2025. For further inquiries, potential offerors can contact Susan DeMarco at susan.demarco@dla.mil.
Virtual Shop Store PPE
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract to Uniforms Manufacturing of Arizona, LLC for the provision of Virtual Shop Store Personal Protective Equipment (PPE). This procurement is aimed at fulfilling the government's requirement for various uniforms and accessories, including caps, coveralls, and lab coats, which are essential for maintaining operational standards and employee identification within government operations. The contract will be awarded on a firm fixed price basis, with responses to this notice due by April 9, 2025, at 10:00 AM EST. Interested vendors must demonstrate their capability to meet the requirements and contact Marjorie Gray at marjorie.m.gray2.civ@us.navy.mil for further information.