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

LEASE OR RENTAL OF EQUIPMENT- CLOTHING, INDIVIDUAL EQUIPMENT, AND INSIGNIA (W084)
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
    8405--Uniforms
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking potential vendors to provide utility and fire-resistant uniforms for employees at the Corporal Michael J. Crescenz VA Medical Center in Philadelphia, PA. This Sources Sought Notice aims to gather information in preparation for a future Request for Proposals (RFP), with a focus on establishing an annual contract for uniform supply that adheres to VA standards. The procurement is critical for ensuring that VA employees are equipped with the necessary protective clothing, which must meet specific garment standards and delivery timelines. Interested parties should respond by October 28, 2024, at 11:00 AM Eastern Time, and direct inquiries to Contract Specialist William MacDougall at william.macdougall@va.gov or by phone at 484-475-5623.
    Request for Marine Corps Dark Blue Cloth
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the manufacture and delivery of Marine Corps Dark Blue Cloth, specifically a polyester/wool blend identified by NSN8305-01-248-6805. This procurement involves a firm-fixed-price, indefinite delivery/indefinite quantity (IDIQ) contract with a guaranteed minimum of 37,515 yards and a maximum of 937,875 yards over a five-year ordering period, which includes five 12-month pricing tiers. The fabric is essential for military uniforms, reflecting the government's commitment to domestic sourcing and compliance with the Berry Amendment, as well as ensuring quality through rigorous testing and certification requirements. Interested vendors must submit their proposals by November 8, 2024, and can direct inquiries to John Luczyszyn at john.luczyszyn@dla.mil or Stephanie Desanto at Stephanie.Desanto@dla.mil.
    Red Rag Shop Towel
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide laundering services for red, blue, and white shop towels for various facilities in Arizona, under a contract titled "Red Rag Shop Towel." The contractor will be responsible for delivering clean towels and collecting soiled ones, ensuring compliance with environmental and safety regulations, and maintaining effective communication regarding service performance. This contract is crucial for supporting the operational needs of military facilities while adhering to federal labor standards, including wage determinations that set minimum pay rates for workers involved in the service. Interested vendors must submit their proposals by the specified deadlines, with questions due by October 8, 2024, and answers to be posted by October 17, 2024. For further inquiries, contact Janet Labell at janet.f.labell.civ@army.mil.
    RFI - MODPROT Collective Protection Liners and Barriers
    Active
    Dept Of Defense
    The US Army is seeking information on chemical/biological protective liners and barriers for the modernization of Collective Protection materials, ahead of an upcoming Innovation Day on 9 October 2024. The Army aims to procure PFAS-free materials, as emerging regulations have impacted the availability of traditional protective textiles. This market research is a crucial step in identifying potential suppliers for the development of these specialized textiles, which are essential for the Army's Collective Protection systems. Interested parties are invited to respond with details of their capabilities and are encouraged to attend the Innovation Day for further discussion. Registration is required for the event, and additional information can be found on the Joint Enterprise Technology Tool website. The Army's preference is for commercially available or developmental fabric composites that meet the specified protection requirements while remaining lightweight. Responses must be submitted by 8 November 2024, with contact details provided for further inquiries.
    RFP Material Testing for Chemical and Biological Threats
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's Combat Capabilities Development Command (DEVCOM), is soliciting proposals for a contract focused on material testing for chemical and biological protective materials. The primary objective is to engage a contractor capable of executing tests and evaluations on fabrics, garments, and protective ensembles against chemical warfare agents and toxic industrial chemicals, utilizing both standard and non-standard testing methods. This contract is critical for enhancing the protective capabilities of military personnel, ensuring compliance with stringent safety and quality standards. The contract is set to span five years, from October 2024 to September 2029, with a minimum order quantity of $95,000 and a maximum value of $3,035,000. Interested parties can reach out to Lyndon Jagroop at lyndon.s.jagroop.civ@army.mil or Linnea Jones at meri.l.jones.civ@army.mil for further information.
    Flap Pouch Field Pack Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking information from businesses regarding their capabilities to produce the Flap Pouch Field Pack Assembly, a military component essential for the M328 Sign Kit bag. Interested vendors, both small and large, are invited to respond to a Sources Sought Notice by completing a survey that assesses their qualifications and experience in manufacturing this item, which requires First Article Testing (FAT) as part of the procurement process. This initiative is part of the federal procurement strategy aimed at sourcing military-unique components while encouraging small business participation. Responses must be submitted by 4:30 PM Eastern Standard Time on October 22, 2024, to Danielle Campbell at danielle.r.campbell9.civ@army.mil, and participation is voluntary, with no guarantee of a subsequent solicitation or contract award.
    BPA - Clothing, Special Purpose PSC 8415
    Active
    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.
    Ballistics/Non-Ballistics Testing Draft RFP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting market research for a draft Request for Proposal (RFP) related to Ballistics and Non-Ballistics Testing Services at the Aberdeen Test Center (ATC) in Maryland. The procurement aims to secure testing support for personal protective equipment (PPE), including head protection and various armor types, to ensure compliance with rigorous military standards against diverse ballistic threats. This initiative is critical for enhancing the safety and effectiveness of military gear, with previous contracts valued at nearly $10 million highlighting its importance. Interested vendors are encouraged to submit questions and comments regarding the draft documents by October 30, 2024, to the designated contacts, Sherri Martinez and Todd Strasavich, via email, as no formal proposals will be accepted prior to the official solicitation release.
    RFI - Chemical, Biological, Radiological, and Nuclear (CBRN) Protection Ensembles
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Panama City Division (NSWC PCD), is conducting a Request for Information (RFI) to gather insights on Commercial-off-the-Shelf (COTS) Chemical, Biological, Radiological, and Nuclear (CBRN) protection ensembles intended for use by U.S. Navy Forces in CBRN exposure scenarios. The procurement aims to identify lightweight ensembles that minimize physiological burden while providing robust protection against various chemical and biological threats, including Chemical Warfare Agents (CWAs) and toxic industrial chemicals, with specific performance thresholds and objectives outlined for liquid, vapor, and aerosol exposures. Interested vendors are encouraged to submit detailed product descriptions, relevant test data, and pricing information by 1600 CST on September 13, 2024, to the primary contact, Frances J. Negrón, at frances.j.negron.civ@us.navy.mil, ensuring that all submissions are treated as business sensitive and provided free of charge to the government.
    Nylon Material
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking sources for manufacturers capable of producing textured nylon duck cloth dyed or printed with camouflage patterns. The procurement specifically requires compliance with MIL-DTL-32439B specifications, which detail various types, classes, and styles of the nylon material, including options for water repellency and flame retardancy, all of which must adhere to the Berry Amendment for domestic sourcing. Interested vendors are encouraged to respond by October 22, 2024, at 3:00 PM local time, and should direct inquiries to Maria Silvester at maria.silvester@dla.mil or Joseph Parker at joseph.parker@dla.mil.