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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Protective Clothing FE Warren AFB 12393
    Buyer not available
    The Department of Defense, specifically the Air Force Materiel Command, is seeking qualified vendors to provide protective clothing services for the 583rd Missile Maintenance Squadron at FE Warren Air Force Base in Wyoming. The contract entails leasing, cleaning, repairing, and tracking a total of 210 coveralls, ensuring compliance with military and commercial standards, with an initial term of one year and four optional years. These services are crucial for maintaining safety and compliance within the military environment, emphasizing timely delivery, inventory control, and adherence to cleaning standards. Interested parties should contact Rachel Wright at rachel.wright.9@us.af.mil or Melissa Huston at melissa.huston.2@us.af.mil for further information and to express their interest in participating in the proposal process.
    WEEKLY UNIFORMS LEASE AND LAUNDERING FOR WATERVLIET ARSENAL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the lease and laundering of uniforms at the Watervliet Arsenal in New York. The procurement involves providing weekly laundering services, minor repairs, and new uniforms for approximately 207 employees, including specific requirements for fire-resistant and standard uniforms. This contract is crucial for maintaining safety and compliance standards within the workforce, ensuring that all garments are uniquely identifiable and delivered on time. Interested parties should contact Maria DeCrescenzo at maria.d.decrescenzo.civ@army.mil or Joseph Pokrentowski at joseph.s.pokrentowski.civ@army.mil for further details, and must adhere to strict proposal submission guidelines outlined in the RFQ document.
    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.
    SPE1C125R0003 - IHWCU-ACU Coat & Trousers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the procurement of Improved Hot Weather Combat Uniform (IHWCU) coats and trousers, as well as Army Combat Uniform (ACU) coats and trousers. The procurement is set aside for small businesses, with specific technical and quality requirements outlined in several documents, including compliance with GL/PD specifications, permethrin treatment for insect protection, and rigorous testing protocols to ensure durability and safety. These uniforms are critical for military personnel operating in various environments, ensuring they meet operational needs while adhering to stringent military standards. Interested vendors should contact Aaron Rinnier at aaron.rinnier@dla.mil or Randall McArthur at RANDALL.MCARTHUR@DLA.MIL for further details on the solicitation process.
    SAFETY SHOES FOR DLA DISTRIBUTION ANNISTON, ALABAMA (DDAA)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for safety shoes to establish up to two Blanket Purchase Agreements (BPAs) for DLA Distribution Anniston, Alabama. The procurement includes both men's and women's safety footwear that meets specific safety standards (ASTM F2414-05 and F2413-05), with an annual subsidy of $165 per employee for footwear purchases, and a total BPA ceiling price of $50,000 per year. This initiative is crucial for ensuring workplace safety and compliance with federal regulations, as it provides essential protective footwear for DLA personnel. Interested vendors must submit their proposals electronically by March 10, 2025, and can contact Brian Keckler at brian.keckler@dla.mil or 717-770-8418 for further information.
    Cadet Raincoat with Pouch West Point FY25
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the procurement of Cadet Raincoats with Pouches for the U.S. Military Academy at West Point, with a total requirement of 1,460 units across various sizes. The procurement emphasizes compliance with specific design modifications and quality standards, including adherence to the Buy American statute, which mandates that contractors identify the country of origin for materials used. These raincoats are essential for ensuring that cadets are equipped with functional and high-quality apparel suitable for outdoor duties and emergency preparedness. Interested vendors must submit samples and relevant documentation by the specified deadline, and inquiries can be directed to Sonya D. Van Valkenburg at sonya.d.vanvalkenburg.civ@army.mil.
    Coast Guard Operational Dress Uniform Coats & Trousers and Navy Trousers FR ACU, Unisex & Female
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified contractors to supply Operational Dress Uniform (ODU) coats and trousers, as well as Navy trousers, specifically designed for both unisex and female personnel. The procurement emphasizes adherence to stringent technical and quality requirements, including fabric treatments for insect and flame resistance, precise garment dimensions, and compliance with military specifications such as GL/PD 14-05C. These uniforms are critical for ensuring the safety and operational readiness of military personnel, reflecting the government's commitment to high standards in military apparel production. Interested contractors can reach out to Colette Salfi at colette.salfi@dla.mil or by phone at 215-737-8430 for further details, with the opportunity set aside for total small businesses under FAR 19.5.
    SOURCES SOUGHT--U.S. Army West Point Cloth, Polyester/Cotton, Twill, White
    Buyer not available
    The Department of Defense, specifically the U.S. Army at West Point, is seeking proposals from qualified small businesses for the supply of white cloth used in cadet uniforms. The required fabric must consist of 65% polyester and 35% combed cotton, with a finished weight of 7.7 ounces per square yard, and must meet stringent quality standards for tensile and tear strengths, shade matching, colorfastness, and a pre-cured soil release finish. This procurement is crucial for maintaining the quality and durability of military uniforms, ensuring that they meet the operational needs of the U.S. Military Academy. Interested vendors should contact Ignacio Cordova at ignacio.j.cordova2.civ@army.mil or by phone at 520-687-8204 for further details and to submit proposals, as this opportunity is set aside for total small business participation.
    USAFA Cadet Parade Uniforms
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of parade uniforms, including jackets and bibbers, for cadets at the United States Air Force Academy (USAFA). The requirements include detailed specifications for both male and female parade jackets and unisex bibbers, emphasizing quality materials such as elastique wool, polyester blends, and adherence to military standards, with options for made-to-measure garments based on individual cadet measurements. These uniforms are crucial for maintaining the ceremonial appearance and standards of the USAFA cadets during parades and formal events. Interested contractors should contact Melinda Lingley at melinda.lingley@us.af.mil or 719-333-2862, or Danielle Hyde at danielle.hyde.2@us.af.mil for further details regarding this sources sought notice.
    WOMEN'S SERVICE HAT, DRILL INSTRUCTOR, ARMY GREEN 489
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking sources for the procurement of Women's Service Hats, specifically the Drill Instructor model in Army Green (489). The contract aims to acquire approximately 2,200 hats of various sizes, adhering to strict specifications regarding materials, dimensions, and packaging, including compliance with military standards and environmental sustainability practices. These hats are essential for uniformity and quality within the Department of Defense, ensuring that female personnel are equipped with standardized attire. Interested suppliers must respond to the market research survey by February 20, 2025, and can direct inquiries to Erin Maher at erin.maher@dla.mil or Matthew Everett at matthew.everett@dla.mil, with a maximum contract value of $250,000 and a production lead time of 120 days post-award.