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 Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of protective equipment through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses and falls under the NAICS code 314999, which pertains to all other miscellaneous textile product mills, with a focus on special purpose clothing as indicated by the PSC code 8415. The protective equipment is essential for ensuring the safety and operational readiness of military personnel. Interested vendors should direct inquiries to Timothy Ruck at timothy.e.ruck.civ@army.mil or call 573-563-4010 for further details regarding the submission process and requirements.
    USAFA Parkas
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force Academy (USAFA), is seeking qualified small businesses to provide men's and women's parkas under a combined synopsis/solicitation (RFQ FA700026Q0004). The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the delivery of 400 women's parkas and 800 men's parkas annually, adhering to strict specifications and quality standards outlined in the provided documentation. These parkas are integral to the Dress Uniform for USAFA cadets, emphasizing the importance of compliance with military standards and the Berry Amendment for domestic sourcing. Interested vendors must submit firm-fixed price quotes by December 16, 2025, at 10:00 AM MST, and can reach out to primary contact Ronald Wilson at ronald.wilson.26@us.af.mil or secondary contact Wanda Farr at wanda.farr@us.af.mil for further inquiries.
    TOG Colonial Uniform
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide historically accurate Colonial uniforms for the 3rd U.S. Infantry Regiment (The Old Guard), including the Fife and Drum Corps and Commander-in-Chief's Guard. The procurement involves the supply of 740 sets of uniforms, which include red and blue greatcoats, ivory waistcoats, and ivory breeches, all crafted to reflect the style and craftsmanship of the Revolutionary War era for ceremonial duties and educational outreach. This initiative underscores the Army's commitment to honoring its historical roots through visual representation. Interested parties are encouraged to submit information regarding their capabilities by January 11, 2026, with the primary contacts being MAJ Paul Kilgore at paul.m.kilgore.mil@army.mil and MAJ Tavon Cooper at tavon.m.cooper.mil@army.mil. The anticipated contract type is Firm Fixed Price, and the period of performance is 180 days from contract award, with delivery to Fort Myer, Virginia.
    Laundry Cleaning and Coverall Rental Service
    Dept Of Defense
    The Department of Defense, specifically the Oregon Army National Guard (ORARNG), is seeking qualified contractors to provide laundry cleaning and coverall rental services across various locations in Oregon. The primary objective is to support maintenance activities by delivering clean coveralls, jackets, and shop rags to approximately 250 employees in heavy equipment and aviation maintenance environments, with a focus on safety and compliance with relevant standards. This competitive firm-fixed price contract will span a base year with up to four option years, and interested parties must submit their responses by 2:00 PM Pacific Standard Time on April 8, 2024, to Robert Bates at robert.c.bates26.civ@army.mil for consideration. The government encourages participation from all industry members, including small and disadvantaged businesses, to assess capabilities and inform future acquisition strategies.
    MC & NWU APECS Trousers
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for the procurement of Marine Corps and Navy Working Uniform All-Purpose Environmental Clothing System (APECS) trousers. This solicitation, designated SPE1C1-25-R-0103, includes specific requirements for three types of trousers: Woodland Camouflage Class 1 for the Marine Corps, and Desert and Woodland Camouflage for the Navy, with strict adherence to military specifications and quality assurance standards. The trousers are critical for military personnel, providing essential environmental protection and operational functionality. Interested HUBZone small businesses must submit proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 22, 2025, at 3:00 PM EST, including Product Demonstration Models and compliance with various federal regulations. For further inquiries, contact Marissa Sacca at Marissa.1.Sacca@dla.mil or Randall McArthur at RANDALL.MCARTHUR@DLA.MIL.
    DHS-wide Uniforms III Contract
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    BPA - Clothing, Special Purpose PSC 8415
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the supply of special purpose clothing under the PSC code 8415 and NAICS code 315990. Interested vendors must demonstrate their capabilities and expertise by providing a cover sheet, a price list, and at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring the availability of specialized clothing for defense operations, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or by phone at 301-744-6674.
    R5 LEI Outerwear Ballistic Carrier Vests
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking quotes from qualified small businesses for the procurement of Outerwear Ballistic Carrier Vests for its Law Enforcement and Investigation unit in the Pacific Southwest Region. The solicitation, identified as 127EAT26Q0014, requires custom-made outer carrier vests constructed from OD Green 1000 Denier Cordura nylon, featuring specific pocket configurations and distinctive markings, with a total of 140 vests to be supplied. This procurement is critical for equipping law enforcement personnel with the necessary protective gear, and proposals must be submitted by December 16, 2025, at 12:00 PM Pacific Time to Fareedah Vaughn at fareedah.vaughn@usda.gov, with questions due by December 8, 2025. Interested contractors must be registered in the System for Award Management (SAM) and provide detailed documentation as outlined in the solicitation.
    Walk-in Oven Building 128
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of a walk-in oven for Building 128 at the Anniston Army Depot. This requirement is part of a total small business set-aside under the North American Industry Classification System Code 333994, which pertains to Industrial Process Furnace and Oven Manufacturing. The successful vendor will be responsible for delivering a product that meets the specifications outlined in the Statement of Work, which is crucial for the operational needs of the depot. Interested parties must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the closing date of January 5, 2026, at 10:00 AM CST, and all inquiries should be directed to Crystal Hodges at crystal.l.hodges8.civ@army.mil by December 15, 2025.
    FY26 USAFA Military Uniform Accessories
    Dept Of Defense
    The Department of Defense, through the United States Air Force Academy (USAFA), is seeking bids from small businesses for the procurement of military uniform accessories for cadets under the RFQ FA700026Q0008. This contract involves a firm-fixed-price purchase order for various items, including insignia, shoulder boards, ties, and other uniform components, all of which must meet specific Air Force standards as outlined in the attached specifications. These accessories are essential for maintaining uniformity and professionalism within the Air Force cadet program, particularly for formal functions and daily wear. Interested vendors must submit their quotes by December 17, 2025, at 10:00 A.M. Mountain Standard Time, and can direct inquiries to Danielle Hyde or Melinda Lingley via email.