4th SFS Deployment Gear
ID: F3T3SF5035A001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

CLOTHING, SPECIAL PURPOSE (8415)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of special purpose clothing items and gear for the 4th Security Forces Squadron at Seymour Johnson Air Force Base in North Carolina. This procurement is specifically set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and includes various military-grade supply items such as backpacks, duffels, and tactical gear. The contract aims to enhance diversity in federal contracting while ensuring compliance with safety and operational regulations. Interested contractors must acknowledge the amendment extending the offer due date to March 21, 2025, at 12:00 PM EDT, and can direct inquiries to 2d Lt Jensen Jones at jensen.jones.2@us.af.mil or Nelson Sosa at nelson.sosa@us.af.mil.

    Files
    Title
    Posted
    The document outlines a Women-Owned Small Business (WOSB) solicitation for commercial products and services associated with the U.S. Air Force, specifically identified by the requisition number FA480925Q0029. The solicitation includes basic details such as the effective date, contact information for inquiries, and the deadline for offers. The primary focus is on various military-grade supply items, such as backpacks, duffels, tactical gear, and accessories, with specific quantities and pricing structures outlined. The shipment and delivery instructions specify a lead time of 45 calendar days following the award date, with details for inspection and acceptance at specified locations within Seymour Johnson Air Force Base. Additionally, the document incorporates government contract clauses and regulations for compliance, indicating mechanisms for electronic invoicing, ensuring that successful bidders conform to specified safety and operational regulations. Overall, this procurement aims to streamline processes for small businesses and enhance cooperation with qualified women-owned entities, reflecting a commitment to diversity in federal contracting. Such solicitations are typical within the framework of federal grants and local RFPs, aiming for equitable participation in government contracting opportunities while maintaining rigorous compliance standards.
    This document is an amendment to a solicitation, altering the submission deadline for offers related to a federal contract. The amendment extends the original due date from March 14, 2025, to March 21, 2025, at 12:00 PM Eastern Daylight Time. It outlines the required methods for acknowledgments of the amendment, stating that failure to acknowledge receipt by the specified deadline could lead to the rejection of offers. Additionally, the document instructs contractors on how to modify any previously submitted offers in light of this amendment. Other administrative details, such as the identification of the contracting officer and contractor, are included. The purpose of this amendment aligns with standard practices in government solicitations, ensuring transparency and compliance among participating contractors and agencies while facilitating an organized bidding process.
    Lifecycle
    Title
    Type
    4th SFS Deployment Gear
    Currently viewing
    Solicitation
    Similar Opportunities
    USACIC FY25 Special Agent Kits- Amendment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is seeking quotes from small businesses for the procurement of Special Agent Kits tailored for the Joint Terrorism Task Force (JTTF) and the Counterintelligence Task Force (CITF) at Fort Meade, Maryland. The procurement includes a total of 442 units each of various tactical items such as body armor, holsters, handcuff cases, biometric vaults, and first aid kits, all of which must meet specific technical specifications and quality standards. This initiative underscores the Army's commitment to equipping its operational forces with essential protective gear and tools for law enforcement activities. Interested vendors must submit their quotes by March 21, 2025, with delivery expected by April 30, 2025; for further inquiries, contact Evelyn Johnson at evelyn.johnson116.civ@army.mil or call 703-428-5729.
    42--BAG,RESCUE EQUIPMEN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of rescue equipment bags under a Combined Synopsis/Solicitation notice. This opportunity is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting diverse business participation in federal contracting. The goods sought are critical for fire, rescue, and safety operations, highlighting their importance in emergency response scenarios. Interested vendors can direct inquiries to the buyer via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    ABAV TACTICAL AID TO FLOATATION COMPONENTS
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of Tactical Aid to Flotation devices and Padded Ballistic Inserts, specifically 280 flotation devices, 440 padded ballistic inserts, and 100 adaptive assemblies for use in body armor vests intended for Special Operations Forces (SOF) aviators. This acquisition is a brand name requirement, emphasizing the need for specific products that meet operational safety and tactical functionality standards. Interested vendors must submit their quotes electronically by March 21, 2025, and ensure compliance with Federal Acquisition Regulations, including registration in the System for Award Management. For further inquiries, potential bidders can contact Ana Katrina Dela Cruz at anakatrina.delacruz.1@us.af.mil or Arti Smeddal at ARTI.SMEDDAL@US.AF.MIL.
    65th SOS MGCS Security System Installation
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking qualified small businesses to install and service a security system for the 65th Special Operations Squadron at Hurlburt Field, Florida. The project involves the installation of an alarm system for GCS Bay 7, including the integration of a new fiber line and a Protected Distribution System (PDS) alarmed conduit, with a total contract value of $25 million. This initiative underscores the importance of enhancing military operational security through updated technological infrastructure, while also promoting opportunities for Women-Owned Small Businesses (WOSB) in federal contracting. Interested contractors must submit their proposals electronically by March 21, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Melissa Perez Hughes at melissa.perez-hughes@us.af.mil.
    CUSTOM SIGNAGE AND MATERIALS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified vendors for the procurement, delivery, and installation of custom signage and branded materials for the 950th Spectrum Warfare Group at Robins Air Force Base, Georgia. The contract encompasses the provision of high-quality products such as rugs, decals, and weather-resistant signage that must adhere to military specifications and feature unit-specific branding. This initiative is crucial for enhancing the visibility and identity of the military unit, ensuring that all materials are durable and suitable for various environments. Interested parties, particularly Women-Owned Small Businesses, must submit their quotes by March 28, 2025, at 4 PM EST, and are encouraged to contact Stephanie Akles or Cory Harris for further information regarding the solicitation process.
    42--RESPIRATOR OUTFIT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of respirator outfits under a Combined Synopsis/Solicitation notice. This opportunity is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and falls under the NAICS code 315990, which pertains to Apparel Accessories and Other Apparel Manufacturing. The respirator outfits are critical for ensuring safety and protection in various operational environments, highlighting their importance in military and defense applications. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    84--Closing Date is Extended.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure a Firm Fixed Price (FFP) contract for uniform supply for the United States Air Force (USAF) Honor Guard. The contract will be of the FFP Indefinite Delivery Indefinite Quantity (IDIQ) type. The procurement is for clothing, individual equipment, insignia, and jewelry. The NAICS code for this acquisition is 315220, Cut and Sew Apparel with a Size Standard of 750 employees. The procurement will be processed as a 100% Small Business Set Aside. The RFQ package will be available for download on the NECO Website or FEDBIZOPPS on or around 16 April 2019. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Paul Cofield at paul.cofield@navy.mil.
    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.
    B-1 Handles FD2020-25-50044
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for Aircrew Flight Equipment and Survival components, focusing on Handles for Hatch Jettison, Types II and III. This initiative aims to assess the market for competitive procurement opportunities and to encourage participation from small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. The handles are critical components for ensuring the safety and efficiency of aircrew operations. Interested parties are invited to submit their relevant experience and company details by 5:00 PM MST on March 18, 2025, and should direct inquiries to Shasta Selwood at shasta.selwood@us.af.mil or Sharon Davis at sharon.davis.16@us.af.mil.
    Notice of Proposed Contract Action - Skydrate Bladder System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract for the Skydrate Bladder System, which includes various male/female kits, disposable collection bags, and batteries. This procurement is aimed at fulfilling specific operational needs at Mountain Home Air Force Base in Idaho, and the selected vendor will be OMNI Measurement Systems Inc. The Skydrate Bladder System is crucial for specialized flight clothing and accessories, enhancing the functionality and safety of air personnel. Interested parties are encouraged to submit capability statements or proposals for consideration, with a firm fixed price contract expected to be awarded around April 2, 2025. For further inquiries, Jeremiah Burns and Nathan Polk can be contacted via email or phone.