AFCEC Bomb Suits
ID: FA8051_Bomb_SuitsType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8051 772 ESS PKDTYNDALL AFB, FL, 32403-5322, USA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

ARMOR, PERSONAL (8470)
Timeline
    Description

    The Department of Defense, specifically the United States Air Force (USAF), is seeking qualified contractors to provide Explosive Ordnance Disposal (EOD) Bomb Suits in support of the Directorate of Air Force Civil Engineer Center (AFCEC). The procurement aims to acquire approximately 42 bomb suits and helmets, along with necessary accessories, with a focus on compliance with the National Institute of Justice (NIJ) standards, the Berry Amendment, and various technical specifications related to safety and functionality. These bomb suits are critical for ensuring the safety and operational effectiveness of EOD Airmen during hazardous missions involving explosive devices. Interested vendors are encouraged to submit capability statements by April 15, 2025, to Chaston Waller at chaston.waller@us.af.mil and Nikita Chandiramani at nikita.chandiramani@us.af.mil, with responses limited to 20 pages.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force (USAF) has issued a Sources Sought announcement regarding the procurement of Explosive Ordnance Disposal (EOD) Bomb Suits to support the Directorate of Air Force Civil Engineer Center (AFCEC). This announcement seeks to identify contractors capable of providing approximately 42 bomb suits, helmets, and accessories. Interested vendors are asked to respond with capability statements that address multiple technical requirements, including compliance with the National Institute of Justice (NIJ) standards, the Berry Amendment, and electromagnetic interference testing. Additional specifications detail the need for flame resistance, blast protection, color options, compatibility with existing equipment, and user mobility features. The document outlines requirements for maintenance guidance, shelf life, and customization options, while also noting that this inquiry does not constitute a formal solicitation, and responses are to be submitted by 15 April 2025. The overarching aim is to evaluate industry capabilities in order to inform future contracting decisions for critical safety equipment for EOD Airmen.
    The U.S. Department of Justice's National Institute of Justice (NIJ) establishes a voluntary standard for bomb suits worn by public safety bomb technicians through NIJ Standard 0117.01. This standard defines minimum form, fit, and performance requirements for bomb suits, specifically addressing protection from hazards associated with explosive devices during render safe procedures. Key areas of focus include fragmentation, impact resistance, flame protection, ergonomics, optics, and electrostatic discharge. A panel of experts developed the standard, supported by an Advisory Working Group to ensure it met practical needs. While compliance is not legally mandated, it provides manufacturers with a framework for testing and certifying bomb suits. Enhanced performance criteria ensure bomb technicians can operate effectively while maintaining mobility and visibility. The standard is updated as new research emerges, reflecting a commitment to continuous improvement in public safety equipment. Agencies are encouraged to adhere to the latest standards but are not required to replace existing equipment if it remains functional. This initiative underscores the federal government's dedication to equipping professionals with reliable protective gear.
    The document relates to a series of federal and state RFPs (Requests for Proposals) and grants focused on procuring services or funding for various governmental initiatives. It outlines the process for potential bidders, detailing requirements such as eligibility, application deadlines, and evaluation criteria. Key points of emphasis include the need for transparency in procurement, adherence to regulatory standards, and the importance of aligning proposals with specified public needs and outcomes. Additionally, it highlights the significance of collaboration between public and private entities to foster innovation and efficiency within government projects. The overarching aim is to engage qualified vendors while ensuring the responsible use of public funds. This structured approach is designed to improve service delivery and enhance project effectiveness at local, state, and federal levels.
    Lifecycle
    Title
    Type
    AFCEC Bomb Suits
    Currently viewing
    Sources Sought
    Similar Opportunities
    1420-01-365-184 CWBO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of explosive items under the title '1420-01-365-184 CWBO'. This opportunity is a competitive, 100 percent Small Business Set-aside, requiring bidders to provide a base quantity of 30 units, with an option for an additional 133.3 percent of the base quantity. The items sought are classified under the NAICS code 332993, focusing on ammunition manufacturing, and are critical for military operations involving guided missile components. Interested parties should note that paper copies of the solicitation will not be provided, and they must contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil for further details regarding the safety survey and explosive specifications.
    Six (6) Gentex Corporation helmet systems and components
    Dept Of Defense
    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.
    Tailor Made Flight Suits for Members of the Naval Flight Demonstration Squadron.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified contractors to provide tailor-made flight suits for members of the Naval Flight Demonstration Squadron. These uniforms must adhere to specific safety, operational, and mission requirements, reflecting the iconic design and uniformity essential for the squadron's public appearances. Interested contractors are required to submit four prototypes in various colors for qualification testing, with the anticipated contract awards expected to begin in August 2025. For further inquiries, potential bidders can contact Robert S. Edwards at robert.s.edwards42.civ@us.navy.mil.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Blast Overpressure Protection Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Engineer Research and Development Center (ERDC), is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial products, technologies, or services related to blast overpressure protection. This solicitation allows for the competitive award of proposals that do not need to be commercially available but must meet the requirements set forth by the regulation, enabling the use of commercial procedures for contract execution. The solutions submitted will be evaluated by subject matter experts within the ERDC, emphasizing the importance of innovative approaches in enhancing safety and effectiveness in military applications. Interested parties must submit their proposals through the ERDCWERX platform by 12 PM EST on December 22, 2025, and can reach out to Allison Hudson at allison.b.hudson@usace.army.mil for further inquiries.
    10--CHUTE,EJECTION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 12 units of the Ejection Chute (NSN 1005015521226). This solicitation is classified under the NAICS code 332994, which pertains to Small Arms, Ordnance, and Ordnance Accessories Manufacturing, highlighting the critical nature of these components for military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 0812 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil or access additional information through the DLA's solicitation portal.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Air Force Hot Weather Safety Boot
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking qualified small businesses to provide Air Force Hot Weather Safety Boots, specifically designed with steel toes for both men and women. The procurement includes a total of 119,520 pairs of boots over a three-year period, with stringent requirements for materials, construction, and quality assurance, including compliance with ASTM standards for protective footwear. These boots are essential for ensuring the safety and comfort of military personnel in hot weather conditions, and the contract will be awarded based on best value tradeoff source selection procedures, focusing on product demonstration and past performance. Interested vendors should contact Ronald Ball at ronald.ball@dla.mil or 445-737-5823, or Clifford Lawson at clifford.lawson@dla.mil or 445-737-8084 for further details, and must register on the DLA Internet Bid Board System (DIBBS) to access the solicitation once posted.
    Paratech Airbags
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Paratech Airbags, including a Model 140 133.5 Ton-8 Lift Bag Set and a Master Control Kit G2, for use at Eielson Air Force Base in Alaska. This procurement is justified as a single-source acquisition due to the specialized nature of the safety and rescue equipment required for military operations. The selected products are critical for ensuring effective rescue and safety operations, underscoring their importance in maintaining operational readiness. Interested parties can reach out to Tara Richmond at tara.richmond@us.af.mil or Justin Williams at justin.williams.18@us.af.mil for further details regarding this opportunity.
    AUTONOMOUS DELIVERY OF PRECISION NEUTRALIZATION OF EXPLOSIVE HAZARDS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Joint Program Executive Office Armament and Ammunition (JPEO A&A), is seeking innovative solutions for the autonomous delivery of precision neutralization of explosive hazards through Broad Agency Announcement (BAA) W15QKN-25-S-14XS. The objective is to develop scalable systems capable of autonomously neutralizing various explosive threats, including traditional mines and improvised explosive devices, while creating safe maneuver lanes of 4.5m x 150m under challenging conditions, both day and night. This initiative is crucial for enhancing the safety and effectiveness of Army maneuver forces by allowing them to operate from a standoff distance, thereby reducing risk to personnel. Interested parties must submit white papers by April 16, 2025, and full proposals by June 30, 2025, with anticipated awards of up to $2.5 million by August 31, 2025. For inquiries, contact Jacqueline M. Smith at jacqueline.m.smith95.civ@army.mil or MAJ Cameron Fulford for technical questions at cameron.w.fulford.mil@army.mil.