DoDEA - Europe Football Helmet and Shoulder Pad Reconditioning
ID: HE125426QE010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF DEFENSE EDUCATION ACTIVITY (DODEA)DOD EDUCATION ACTIVITYALEXANDRIA, VA, 22350-1400, USA

NAICS

Sporting and Athletic Goods Manufacturing (339920)

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
    Description

    The Department of Defense Education Activity (DoDEA) is soliciting proposals for the reconditioning of football helmets and shoulder pads, aimed at ensuring the safety of student athletes in Europe. The contract will cover comprehensive services including inspection, cleaning, sanitizing, and replacement of parts, adhering to National Operating Committee Standards for Athletic Equipment (NOCSAE) certification. This indefinite-quantity contract is set aside for Women-Owned Small Businesses (WOSB) and includes options for up to five additional years, with proposals due by 12:00 p.m. EDT on December 15, 2025. Interested vendors should contact Ms. Adwoa Essel-Akoli or Mr. John Myers for further details and clarification on the solicitation requirements.

    Files
    Title
    Posted
    The Department of Defense Education Activity (DoDEA)-Europe is seeking a contractor for reconditioning football helmets and shoulder pads to ensure 100% safety for student athletes. The services must comply with National Operating Committee Standards for Athletic Equipment (NOCSAE) certification. The contractor will identify, document, inspect, clean, sanitize, and replace parts of helmets, including faceguards and chinstraps, using OEM and NOCSAE-approved components. Shoulder pad reconditioning involves cleaning, sanitizing, and replacing various parts. The contractor will receive equipment from DoDEA-Europe schools, acknowledge delivery, evaluate items for repair suitability, and coordinate with the Contracting Officer's Representative (COR) for uneconomical repairs. Reconditioned equipment must be returned to schools by June 15th each year, with materials anticipated to arrive at the contractor's facility by March 15th.
    Attachment 2, titled "Technical Objectives," outlines the technical requirements and questions for offerors regarding the reconditioning and repair of football equipment, specifically helmets, facemasks, and shoulder pads. This document is structured as a questionnaire where potential vendors must answer "Yes" or "No" to various operational capabilities and provide a detailed explanation (not exceeding 200 words) for each response. Key requirements for football helmets include installing new nuts, snap hardware, warning labels, size and recertification labels, removing and inspecting interior parts, cleaning and sanitizing, replacing unsuitable parts, recertifying according to NOCSAE standards, and painting with NOCSAE-approved paint. For facemasks, the document specifies replacing any missing or unsuitable faceguards with the same style. Shoulder pad requirements involve cleaning, sanitizing, repairing parts like riveting, sewing, replacing buckles, springs, flaps, snubbers, neck and collars, and adding new strapping and hardware. The document emphasizes that failure to answer all questions or exceeding the word limit for explanations may lead to proposal rejection, underscoring the need for precise and compliant responses from offerors.
    Attachment 3: Pricing Sheet outlines the reconditioning services for football helmets and shoulder pads, along with associated shipping costs, across a base year and four optional years. It also includes an option to extend services under FAR 52.217-8. The document specifies quantities for each item (370 helmets, 118 shoulder pads, and 1 shipping cost unit for most periods, with reduced quantities for the FAR extension option) and requires vendors to complete all yellow cells with unit prices and total amounts. Failure to fill in all required cells may result in a proposal being deemed unacceptable for award, emphasizing the critical importance of accurate and complete pricing information for this government procurement.
    The Controlled Unclassified Information (CUI) document,
    The document, “INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018),” outlines disclosure requirements for offerors bidding on federal contracts or grants exceeding $10,000,000. It defines key terms like “administrative proceeding,” “Federal contracts and grants with total value greater than $10,000,000,” and “principal.” Offerors must disclose whether they or their principals have been subject to criminal, civil, or administrative proceedings within the last five years related to federal contracts or grants, resulting in convictions, monetary fines of $5,000 or more, or restitution exceeding $100,000. This includes dispositions by consent or compromise with an acknowledgment of fault. Offerors must ensure this information is current, accurate, and complete in the Federal Awardee Performance and Integrity Information System (FAPIIS) via SAM.gov.
    Enclosure 2: 52.212-3 is a comprehensive document for offeror representations and certifications for commercial products and services, crucial for federal government RFPs. It outlines requirements for offerors to complete representations electronically via SAM or manually, covering various definitions such as "economically disadvantaged women-owned small business," "forced or indentured child labor," and "service-disabled veteran-owned small business." The document details certifications related to small business status, veteran ownership, disadvantaged business status, and women-owned businesses. It also addresses critical compliance areas like payments to influence federal transactions, the Buy American Act, Trade Agreements, responsibility matters, child labor, place of manufacture, service contract labor standards, taxpayer identification, restricted business operations in Sudan, inverted domestic corporations, and prohibitions on contracting with entities involved in certain activities related to Iran. Furthermore, it includes representations on offeror ownership/control, delinquent tax liability, felony convictions, predecessor information, public disclosure of greenhouse gas emissions, and covered telecommunications equipment. This provision ensures offerors meet specific federal contracting standards and certifications, promoting transparency and adherence to regulations.
    This document, Enclosure 3 to Attachment 6 Reps and Certs for solicitation HE1254-26-Q-E010, is a Certification Regarding Trafficking in Persons Compliance Plan. It requires the Offeror (Contractor) to certify that they have implemented a compliance plan to prevent prohibited activities under FAR 52.222-50, Combating Trafficking in Persons. The plan must also monitor, detect, and terminate subcontracts engaging in such activities. Furthermore, the Offeror must certify, based on due diligence, that to their knowledge, neither they nor their agents or subcontractors are involved in these activities, or if abuses were found, appropriate remedial actions have been taken. This document is classified as Controlled Unclassified Information (CUI) and Source Selection Information.
    The government provision 52.204-26, "Covered Telecommunications Equipment or Services--Representation," mandates that offerors disclose their use and provision of covered telecommunications equipment or services. This regulation requires offerors to review the System for Award Management (SAM) for entities excluded from federal awards due to such equipment or services. Offerors must represent whether they provide or use covered telecommunications equipment or services as part of their offerings or operations after conducting a reasonable inquiry. This provision ensures compliance with federal prohibitions on contracting for certain telecommunications and video surveillance services or equipment, aiming to safeguard national security and supply chain integrity within government contracts.
    The document, 52.204-26, outlines the 'Covered Telecommunications Equipment or Services—Representation' provision for federal contractors. It mandates that offerors review the System for Award Management (SAM) for entities excluded from federal awards due to involvement with 'covered telecommunications equipment or services.' The provision requires offerors to represent whether they provide such equipment or services as part of their offerings to the Government and, after conducting a reasonable inquiry, whether they use such equipment or services. This provision is crucial for ensuring compliance with federal regulations regarding telecommunications equipment and services within government contracts, subcontracts, and other contractual instruments, falling under the purview of Controlled Unclassified Information (CUI) and Source Selection Information.
    Enclosure 8 to Attachment 6, titled "Representation Of Use Of Cloud Computing," is a Department of Defense Education Activity (DoDEA) provision for contractors. It requires offerors to disclose whether they anticipate using cloud computing services for any contract or subcontract resulting from the solicitation. The document defines cloud computing broadly, encompassing various commercial terms like on-demand self-service, broad network access, and services such as software-as-a-service, infrastructure-as-a-service, and platform-as-a-service. This provision ensures transparency regarding the use of cloud technology in government contracts, allowing the DoDEA to assess potential implications related to data security, information management, and compliance with federal regulations concerning controlled unclassified information (CUI) and source selection information.
    Enclosure 4 to Attachment 6 is a Letter of Commitment for the Department of Defense Education Activity (DoDEA) Student Transportation Services (STS) for Ft. Liberty Military Community, NC. This document, identified as Controlled Unclassified Information (CUI) and Source Selection Information, is part of solicitation HE1254-25-R-E007. It serves as a formal declaration from a company, or its principal representative or subcontractor, committing to perform the required work if awarded the contract. The letter includes spaces for the company's name and address, the date, and the signature, name, and title of the person making the commitment. It is a crucial component in the federal government's RFP process, ensuring that bidding entities formally attest to their capability and willingness to undertake the responsibilities outlined in the solicitation.
    This document outlines the Contractor Performance Assessment Reporting System (CPARS) requirements for DoDEA Procurement Field Support Division, specifically Enclosure 5: FAR 42.15 – CPARS Form. It details the contractor's responsibility to designate a representative for electronic performance assessments, providing their contact information and authority to review and comment on assessments within 30 days. The document also specifies hardware and software requirements for accessing CPARS Online, including supported web browsers and the need for Adobe Acrobat Reader. Technical support contact information is provided for assistance. This enclosure, identified as Controlled Unclassified Information (CUI) and Source Selection Information, is crucial for contractors to understand their obligations and the technical prerequisites for participating in the CPARS process.
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for football helmet and shoulder pad reconditioning services, including shipping, with options for up to five additional years. This indefinite-quantity contract, set aside for Women-Owned Small Businesses (WOSB), will involve firm-fixed-price orders. The solicitation outlines specific delivery periods, inspection and acceptance procedures at the DoDEA Europe Region Office, and electronic invoicing via Wide Area Workflow (WAWF). It incorporates various FAR and DFARS clauses addressing topics like electronic payment, safeguarding covered defense information, and prohibitions on certain foreign procurements. Key contacts for the contract are John Myers and Adwoa Essel-Akoli. Contractors must adhere to strict guidelines for invoicing, payment, and compliance with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sports Officials BPA for DAFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide sports officiating and scorekeeping services at Dover Air Force Base in Delaware. The contractor will be responsible for supplying all necessary labor, tools, equipment, uniforms, materials, supervision, and transportation for various intramural and Youth Center sports activities, including flag football, softball, basketball, soccer, and volleyball. This procurement is crucial for maintaining organized recreational sports programs for military personnel and their families. The estimated total award amount is $17,500,000, with quotations due by December 12, 2025, at 12:00 PM EST. Interested parties can contact Dean Mohrmann at dean.mohrmann.1@us.af.mil or 302-677-5220 for further information.
    DoDEA - Substitute Caller Automation Software
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for a Substitute Caller Automation Software solution aimed at enhancing the efficiency of assigning substitute personnel across its schools in the Southeast and Mid-Atlantic districts. This initiative seeks to streamline operations, reduce administrative burdens, and ensure timely communication with substitutes, with a total estimated contract value of $34 million over a base year and three option years. The software will feature dynamic matching capabilities, multi-channel communication, and robust analytics, with performance metrics including substitute fill rates and user adoption. Proposals must be submitted via email by 12:00 p.m. EDT on December 15, 2025, with inquiries directed to Kevin Gomez at kevin.gomez@dodea.edu or John Myers at john.o.myers@dodea.edu.
    Student Transportation Services to the Ft. Stewart Military Community in Georgia.
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals for student transportation services at the Ft. Stewart Military Community in Georgia, under solicitation HE125426RE007. This procurement is a 100% Small Business set-aside, requiring contractors to provide comprehensive transportation services, including daily commutes, special education transportation, and extended school year services, with a focus on safety and efficiency. The contract encompasses a base year and four option years, with a minimum guaranteed value of $2,500. Proposals must be submitted via email by 12:00 p.m. EST on January 30, 2026, following the submission of a Non-Disclosure Agreement by January 23, 2026, to receive critical route information. Interested parties should direct inquiries to Contracting Officer Esther Yi at esther.yi@dodea.edu or Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    Six (6) Gentex Corporation helmet systems and components
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking procurement for six (6) Gentex Corporation helmet systems and components on an unrestricted basis. This acquisition includes a firm-fixed price, Requirements type contract for various helmet models and components, with estimated quantities and specific production lead-times outlined for each item. These helmet systems are critical for ensuring the safety and operational effectiveness of military personnel, as they meet stringent operational and safety requirements. Interested vendors should note that the solicitation number is SPE1C1-26-R-0007, anticipated to be posted on or after March 03, 2026, and can find further details on the DLA Internet Bid Board System (DIBBS). For inquiries, contact Mara Cremen at mara.cremen@dla.mil or Michelle Falkowski at Michelle.Falkowski@dla.mil.
    DoDEA Daily Commute Student Transportation Services to the Hohenfels Military Community, Germany
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is conducting market research to identify qualified companies capable of providing daily commute student transportation services for the Hohenfels Military Community in Germany, with services anticipated to commence on August 1, 2026. The procurement encompasses full transportation services, including personnel, supervision, supplies, and equipment, adhering to DoDEA and Host Nation requirements, with a strong emphasis on safety, efficiency, and rigorous contract management. Interested vendors must submit a statement of interest, a capability statement (maximum of three pages), and a non-binding Rough Order of Magnitude (ROM) cost estimate by 11:00 AM EST on November 17, 2025, to Esther.Yi@dodea.edu, including “HE125426REHOHENFELS” in the subject line. Respondents must also be registered in the System for Award Management (SAM) database to be eligible for any resultant contracts.
    Student Transportation Services to the Fort Knox, Kentucky Military Community.
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services for the Fort Knox, Kentucky Military Community under Request for Proposal (RFP) HE125426RE006. The procurement aims to secure a single Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract, focusing on safe and efficient transportation for students, including daily commutes and special needs services. This opportunity is a 100% Small Business set-aside, with a size standard of $30 million, and proposals are due by 12:00 PM EST on January 23, 2026. Interested parties must submit a Non-Disclosure Agreement by January 16, 2026, to access the Route List, and all inquiries should be directed to the designated contacts, Esther Yi and Batsaikhan Usukh, via email.
    Student Transportation Services to Ft. Campbell Military Community, KY
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services for the Ft. Campbell Military Community in Kentucky under solicitation HE125426RE005. The procurement aims to provide comprehensive transportation solutions, including daily commutes, special education services, and curricular and co-curricular trips, with a focus on safety and compliance with federal, state, and military regulations. This opportunity is a 100% Small Business set-aside, with a NAICS code of 485410 and a size standard of $30 million, emphasizing the importance of reliable transportation for students in the military community. Interested offerors must submit a completed Non-Disclosure Agreement by January 5, 2026, and proposals are due by January 12, 2026, with inquiries directed to Contracting Officer Esther Yi at esther.yi@dodea.edu and Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    59--HEADSET,ELECTRICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 25 electrical headsets (NSN 5965017294150). This solicitation is set aside for SBA Certified Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to fulfill specific audio and video equipment manufacturing needs for military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's DIBBS website. For inquiries, potential bidders can reach out to the primary contact at DibbsBSM@dla.mil, with the delivery expected within 161 days after order placement.
    Female Coat & Trousers, IHWCU, OCP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the procurement of Female Improved Hot Weather Combat Uniform (IHWCU) Coats and Trousers in Operational Camouflage Pattern (OCP). This solicitation, identified as SPE1C1-25-R-0078, includes two distinct lots: Lot 1 is a Total Small Business Set-Aside for both items, while Lot 2 is specifically set aside for Historically Underutilized Business Zone (HUBZone) Small Business concerns for the coats. The uniforms are critical for military personnel operating in hot weather environments, ensuring comfort and functionality while adhering to strict quality and technical specifications. Interested offerors must submit proposals and Product Demonstration Models via the DLA Internet Bid Board System (DIBBS) by December 8, 2025, at 3:00 PM EST, and can contact Marissa Sacca or Maria Silvester for further information.
    Membership in an English Language Proficiency Comprehensive Assessment Consortium
    Buyer not available
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for membership in an English Language Proficiency Comprehensive Assessment Consortium. This contract, valued at approximately $1,990,320, will cover a one-year base period with four additional one-year options, aimed at enhancing the assessment of English language proficiency among students. The Government's decision to pursue a sole source contract is based on the unique capabilities required, and interested vendors must provide clear evidence of their ability to meet these needs. Questions regarding this opportunity should be directed to Contract Specialist Krista Chamberlain at krista.chamberlain@dodea.edu, with responses due by the specified deadlines.