SELF-CONTAINED BREATHING APPARATUSES
ID: N00244-25-R-0042Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

FIRE FIGHTING EQUIPMENT (4210)
Timeline
    Description

    The Department of Defense, specifically the Navy Region Southwest, is seeking proposals for the procurement of 145 Self-Contained Breathing Apparatus (SCBA) packs, specifically the 3M SCOTT X3PRO Airpack, to enhance safety for firefighters at various naval fire stations. This acquisition, which is structured as a Firm Fixed Price contract, will be executed over a three-year period, with deliveries phased as 65 units in FY25, 50 units in FY26, and 25 units in FY27, ensuring compliance with safety standards and operational readiness. The SCBA packs are critical for providing clean air in hazardous conditions, replacing outdated units that have been in service for over 15 years and are failing safety tests. Interested vendors must be authorized resellers of 3M SCOTT and submit their quotes via email to Jheanna Poblete by April 15, 2025, at 9:00 AM Pacific Standard Time.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for commercial items, specifically requesting quotes for 150 units of the 3M Scott X3PRO Airpack SCBA for the Navy Region Southwest's Federal Fire support. It emphasizes that the acquisition is a Brand Name Sole Source, mandating that only authorized resellers of 3M Scott may submit offers. The performance period includes three phases, each for 50 units. The proposal submission deadline is set for April 5, 2025, and responses should adhere to instructions regarding technical qualifications, past performance, and price evaluations. Factors influencing selection include technical compliance, historical performance, and pricing, with a focus on past performance's importance over price. The solicitation awaits technical clarifications submitted by March 21, 2025, detailing clauses and provisions under Federal Acquisition regulations. Notably, contractors must ensure adherence to regulations addressing confidentiality, cybersecurity, and the Freedom of Information Act during the contracting process. The solicitation reflects the government's structured procurement approach, prioritizing compliance and quality assurance in acquiring essential firefighting equipment.
    The document N00244-25-R-0042 is a government solicitation for commercial items, specifically for a Brand Name Sole Source acquisition of 3M SCOTT X3PRO Airpack SCBA units. The U.S. Navy, through Navy Region Southwest (NRSW) / Federal Fire, seeks quotations for 145 units of this specific air pack model, with delivery to a designated San Diego warehouse. The vendor must be an authorized reseller of 3M SCOTT products and adhere to specified certification requirements. The contract type is Firm Fixed Price, and the procurement will comply with federal acquisition regulations and associated clauses. Evaluations will consider technical acceptance, past performance, and pricing, with an emphasis on the technical and past performance aspects. The government reserves rights, including the cancellation of the solicitation and the necessity for rigorous compliance with procurement standards. Quotes must be submitted electronically by April 12, 2025. This solicitation illustrates a structured procurement process aimed at ensuring compliance, quality, and value for federal acquisitions.
    The solicitation N00244-25-R-0042 is a Request for Quote (RFQ) from the U.S. Navy for the acquisition of commercial products, specifically 3M SCOTT X3PRO Airpack Self-Contained Breathing Apparatus. This is a Brand Name Sole Source acquisition to support Navy Region Southwest and requires bidders to be authorized resellers of 3M SCOTT products. A total of 140 units are solicited over a projected three-year period with specifications for delivery to a designated location in San Diego, CA. Proposals must include all necessary certifications, pricing, and comply with established Federal Acquisition Regulations. The evaluation will prioritize technical aspects and past performance, which outweigh price considerations. Quotes must be submitted by April 15, 2025. The document outlines important provisions, clauses, and payment processes, including participation in the AbilityOne Program for support contractor personnel. Additionally, provisions for the review of agency protests and confidentiality requirements are included. This solicitation reflects the government's structured process for obtaining specialized equipment while adhering to procurement regulations and ensuring compliance with established contractor qualifications.
    The document is a solicitation (N00244-25-R-0042) issued by the U.S. Navy for the procurement of commercial items, specifically 3M SCOTT X3PRO Airpack SCBA systems. This is a Brand Name Sole Source acquisition directed at Navy Region Southwest / Federal Fire. The solicitation invites authorized resellers of 3M SCOTT to provide quotes for a specified quantity of products over a defined period, with delivery to a designated San Diego location. Key requirements include being an authorized partner of 3M SCOTT and conforming to stringent product sourcing and warranty stipulations. The evaluation for contract award will emphasize technical competence and past performance, with price being a lesser but significant consideration. The contract will operate on a Firm Fixed Price basis, utilizing Wide Area Workflow for payment to ensure compliance with relevant regulations. The Government retains the right to cancel the solicitation without reimbursement for associated costs, emphasizing the focus on compliant, quality submissions from experienced contractors. Submission information and the deadline for quotes are also included, ensuring clarity and adherence to timelines for interested vendors.
    This document outlines an amendment regarding the procurement of SCBA (self-contained breathing apparatus) units as specified in a government RFP. The amended statement of work details the quantity and delivery schedule for the equipment over three fiscal years (FY25 to FY27). For FY25, 65 units will be delivered, followed by 50 units in FY26 and 25 units in FY27, totaling 140 units. The period of performance for equipment delivery is defined as quarterly, spanning from April 21, 2025, to April 20, 2028, across the base year and two option years. This amendment aims to clarify the requirements for the provision of essential safety equipment to meet operational needs within specified timelines, reflecting the government's commitment to ensuring preparedness through reliable and consistent supply contracts.
    The document outlines an amendment to the Statement of Work regarding the procurement of SCBA (Self-Contained Breathing Apparatus) units over a three-year contract period. Specifically, it details the annual delivery requirements for the 3M Scott X3PRO Airpack SCBA, specifying quantities for each fiscal year: 65 units for FY 25, 45 units for FY 26, and 25 units for FY 27, totaling 135 units. Additionally, the document includes a note regarding the period of performance associated with this procurement. This blueprint serves to ensure that necessary equipment is systematically provided to bolster safety and operational readiness, in alignment with government procurement protocols for RFPs and grants.
    The Department of the Navy is seeking authorization for a Firm-Fixed Price Contract to procure 145 Self Contained Breathing Apparatus (SCBA) packs from 3M SCOTT SAFETY/SCOTT TECHNOLOGIES, INC, for use at Commander Navy Region Southwest fire stations. This acquisition, which includes a base year and two option years, will follow FAR 13 procedures. The SCBA packs are essential for the safety of firefighters during emergencies, providing clean air in hazardous conditions. The current SCBAs have been in use for over 15 years and are failing necessary safety tests. Due to budget constraints, the procurement will be conducted in phases. The contract is justified under Simplified Acquisition Procedures, permitting limited competition, as it is vital to maintain consistent and compatible equipment across various stations, ensuring seamless operations during emergencies. The acquisition's funding will leverage fiscal years 2025, 2026, and 2027 Operations and Maintenance Navy funds, affirming the Navy's commitment to firefighter safety and operational readiness.
    The document outlines the federal government's procurement requirements for Self-Contained Breathing Apparatus (SCBA) systems, specifically emphasizing the necessity to use 3M SCOTT branded equipment. Market research conducted confirmed that using different manufacturers’ respiratory components violates NIOSH regulations, leading to potential delays and increased costs due to additional training and incompatible equipment. Consequently, the requirement clearly stipulates that only 3M SCOTT SCBA systems will be accepted to maintain operational readiness among Federal Fire personnel. Efforts to ensure fair pricing will adhere to GSA guidelines for price reasonableness prior to procurement. Additionally, steps will be taken to explore future competitive options if alternative products emerge that meet government standards. The designated contracting officer for this procurement process is Jheanna Poblete from NAVSUP, FLC San Diego. This document illustrates the government's commitment to maintaining safety and efficiency within its fire response operations while adhering to regulatory compliance.
    The document outlines the requirements for submitting past performance data as part of responses to government Requests for Proposals (RFPs). It emphasizes that the data will be used to assess a company’s performance in relation to cost, technical objectives, and delivery schedules on federal contracts. Respondents must list their three most recent federal contracts (or commercial/state/local ones if insufficient federal examples are available), providing details such as contract numbers, awarders, services delivered, and any instances of non-compliance or litigation. The document stresses the importance of explaining any negative indicators, such as late deliveries or warranty issues, and outlines the need for a relevance statement connecting past performance to current requirements. This process aims to ensure transparency and accountability in government contracting, ultimately aiming to select vendors with proven reliability and quality in their previous work.
    The document discusses a query related to the procurement of a specific product from 3M Scott, identified as the 3M SCOTT AIR-PAK X3 PRO SCBA. The inquiry seeks clarification on the correct part number for the product, with potential options being X3PCGA or X3PRO. The response confirms the manufacturer as 3M Scott, specifying the correct item description and part number as X3PCGA. This exchange highlights the importance of precise product identification in government RFPs, ensuring that procurement processes align with technical specifications required for safety equipment. It underscores the necessity for clarity in communications during the bidding process to facilitate accurate proposals and fulfill the needs of governmental agencies efficiently.
    The Statement of Work (SOW) outlines the procurement of Self-Contained Breathing Apparatus (SCBA) equipment for the Navy Region Southwest (CNRSW) Fire & Emergency Services (F&ES) in fiscal year 2025. This contract aims to replace aging SCBAs that have exceeded their functional lifespan while ensuring the safety of firefighters by providing clean breathing air in hazardous conditions. Due to budget limitations, the procurement will be phased over three years, with a Brand Name, Firm Fixed Price contract structured into a base year and two option years. The required SCBA is the 3M SCOTT X3PRO AIRPACK, compliant with essential safety standards such as NIOSH and NFPA guidelines. Key components include a full facepiece assembly, harness, pressure regulators, and safety systems. Deliveries will occur quarterly, with specific quantities allocated each fiscal year, emphasizing the importance of timely updates to firefighter equipment. The entire process underscores the commitment to maintaining the safety and operational efficiency of emergency services while adhering to regulatory requirements. The designated delivery location is the N3 Warehouse in San Diego, CA, with specified operational hours for equipment delivery.
    The Statement of Work (SOW) outlines the procurement of Self-Contained Breathing Apparatus (SCBA) equipment by the Navy Region Southwest Fire & Emergency Services for fiscal year 2025 and beyond. Due to the current SCBAs being over 15 years old and failing safety tests, a phased procurement strategy is necessary to acquire new units gradually. The contract specifies the delivery of Scott X3 SCBA Packs, which meet stringent safety and regulatory standards, including NIOSH and NFPA guidelines. The order will be divided into three phases: 65 units in FY25, 50 units in FY26, and 25 units in FY27, delivered quarterly to ensure compliance with operational safety needs. The equipment will be shipped to the designated N3 Warehouse in San Diego, CA. Adherence to safety and quality regulations ensures that the firefighters are equipped with reliable, standardized equipment that promotes their safety while in hazardous conditions. The document emphasizes a structured approach to contract execution, regulatory compliance, and the importance of maintaining equipment compatibility across federal firefighting services.
    The Statement of Work (SOW) outlines the procurement requirements for new Self-Contained Breathing Apparatus (SCBA) equipment by the Command Navy Region Southwest (CNRSW) Fire & Emergency Services (F&ES). Due to aging equipment that no longer meets safety standards, NRSW F&ES plans to replace 50 SCBAs annually for a total of 250 units over a five-year period under a firm fixed price contract. The specified equipment is the Scott X3 SCBA, which is compliant with essential safety standards, including those set by NIOSH and NFPA. Key deliverables include the required features and components for the SCBAs, such as a full facepiece, pressure-reducing regulator, and safety systems. The document also details the performance period for delivery, operational hours, and the place of performance in San Diego, CA. This procurement initiative reflects the commitment of the Navy to ensure the safety of its firefighters by equipping them with reliable and compliant breathing apparatus.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    42--BREATHER APRS,30 MI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 13 units of Breather APRS, NSN 4240016020610, with a delivery requirement to DLA Distribution San Joaquin within 36 days after order. This equipment is critical for fire, rescue, and safety operations, ensuring that personnel are equipped with essential protective gear. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which must be submitted electronically as hard copies will not be provided. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210013887854. The requirement includes a total of 900 units to be delivered to the DLA Distribution San Joaquin within 195 days after order, along with an additional unit to be delivered within 120 days. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, making this procurement essential for maintaining safety standards. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically by the specified deadline, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Small Business Set Aside for Primary Air Supply Pumps (PASP) Build Kits per attachments. Request Access to the drawings through SAM. Provide your Cage Code when requesting access in SAM.
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking small businesses to provide Primary Air Supply Pumps (PASP) Build Kits, as outlined in the attached documents. The procurement involves the fabrication and assembly of ten PASP Build Kits, which are critical for manufacturing and repairing lightweight assemblies that supply breathing air in hazardous environments. These kits will support the shipboard Supplied Air Respirator with Self-Contained Breathing Apparatus (SAR/SCBA) system, ensuring personnel safety. Interested vendors must submit their quotes by December 22, 2025, at 11 AM Central Time, and are required to provide their Cage Code when requesting access to the necessary drawings through SAM. For further inquiries, contact Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 3,000 fire extinguishers under solicitation number NSN 4210011491356. These extinguishers are critical for fire safety and emergency response, ensuring the protection of personnel and property in various operational environments. The solicitation is set aside for Women-Owned Small Businesses (WOSB), and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with the deadline for quote submission being 94 days after the award date.
    42--BODY,GAUGE,BREATHIN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 49 units of the Body Gauge Breathing (NSN 4240015641634). This solicitation is part of a total small business set-aside and aims to acquire essential surgical appliances and supplies that play a critical role in safety and environmental protection. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and the deadline for delivery is set for 29 days after the award. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    29--SNORKEL,EXHAUST
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of six units of NSN 2990015475368, specifically for snorkel exhaust systems. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting their importance in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    42--CARTRIDGE,COMPRESSE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 8,790 units of the NSN 4220015245315, specifically a compressed cartridge. This procurement is critical for fire, rescue, and safety operations, ensuring that the necessary equipment is available for effective emergency response. The solicitation is categorized as a Request for Quotation (RFQ) and will be accessible electronically, with no hard copies provided; interested vendors must submit their quotes electronically by the specified deadline. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    42--SUBMARINE ESCAPE IM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Submarine Escape and Surface Survival Personnel Equipment (SESSPE). This contract involves the manufacture or refurbishment of critical survival and escape equipment, which is essential for the safety of personnel in submarine operations. The procurement includes specific quality assurance testing and delivery requirements, with a desired schedule for phased deliveries starting at 60 days after contract award. Interested vendors should contact Michael Thoman at 717-605-4608 or via email at MICHAEL.E.THOMAN2.CIV@US.NAVY.MIL, with the closing date for proposals extended to December 26, 2025.
    42--FILTER,GAS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of gas filters, specifically NSN 4240002531869. The requirement includes two lines: 100 units to be delivered to DLA Distribution San Joaquin within 150 days and 1 unit to be delivered within 90 days. These filters are critical for fire, rescue, and safety operations, ensuring the protection of personnel in hazardous environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.