FE Warren Protective Clothing
ID: FA822725R1239Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8227 AFSC OL H PZIMHILL AFB, UT, 84056-5805, USA

NAICS

Industrial Launderers (812332)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for protective clothing services for the 583rd Missile Maintenance Squadron at FE Warren Air Force Base in Wyoming. The procurement involves leasing, cleaning, repairing, and tracking contractor-owned protective clothing, with a contract structure based on a firm fixed price for an initial period of twelve months, followed by four optional years. This service is crucial for maintaining safety and compliance standards within military operations, ensuring that personnel are equipped with properly maintained protective gear. Interested small businesses must submit their proposals by May 2, 2025, and direct any inquiries to Rachel Wright at rachel.wright.9@us.af.mil or Melissa Huston at melissa.huston.2@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 5:06 PM UTC
The document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) used in government contracting, particularly within the Department of Defense. Its primary purpose is to standardize data item submissions required from contractors, detailing the type of data, submission frequency, distribution, and associated pricing groups. The form includes multiple sections, such as contract details, item references, and specifications for data content requirements. The instructions specify how to fill out the form accurately, emphasizing the need for clarity and compliance with existing military specifications. Different price groups are defined based on the extent of additional work required by the contractor to meet submission criteria. This structure supports the efficient management of contract deliverables, ensuring that necessary data aligns with government needs while maintaining proper formats and standards. The form aims to streamline the reporting process and enhance contractual clarity, thereby improving overall project execution and accountability in federal undertakings.
The DD Form 1423-1 outlines the requirements for the Contract Data Requirements List (CDRL), a critical tool in government contracts for data item submission. It encompasses a single data item pertaining to the management of the contract, focusing on aspects like the Contractor's Progress, Status, and Management Report, along with a monthly invoice and change notifications. Key elements include the identification of contractors, data item specifications, submission schedules, and distribution details. The form emphasizes compliance with established guidelines, including the frequency and acceptance criteria for data submissions. Additionally, it categorizes data items into groups based on necessity and expense, thereby clarifying the contractor's obligations and pricing structures associated with data reporting. This document serves as a vital resource for ensuring that contractors provide necessary data effectively, supporting overall project management and transparency in government-funded initiatives. By delineating responsibilities and expectations, the form aids in maintaining regulatory adherence and facilitates efficient communication between contractors and government agencies.
Apr 2, 2025, 5:06 PM UTC
The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) used by the federal government, primarily the Department of Defense. It includes essential details regarding data items required for government contracts, such as specifications for submission frequency, distribution of copies, and approval processes. The form details categories for data items like Technical Data Packages (TDP) and Technical Manuals (TM), and lists the relevant requirements for contractors to comply with, including submission formats and distribution statements. Key sections of the form include areas for outlining the contract and contractor information, data item title, submission dates, and remarks. The document also specifies the pricing groups according to the importance of the data for the contracted work. These groups range from non-essential to vital data items that require additional work conforming to government standards. Overall, the CDRL acts as a mechanism to ensure suitable data delivery that supports the performance of government contracts, emphasizing compliance with established requirements and formats to facilitate effective contract management and oversight.
The document outlines a Request for Quote (RFQ) for protective clothing services for the 583rd Missile Maintenance Squadron at FE Warren Air Force Base, UT. The solicitation number FA822725R1239 is primarily targeted at small businesses, utilizing NAICS code 812332. It encompasses services like leasing, laundry, picking up, delivering, repairing, replacing, and tracking contractor-owned protective clothing. Key details include a firm fixed-price contract structure over a base period of twelve months, with options for four additional years, each involving specific quantities of coveralls for leasing and laundry services. Proposals must meet the outlined Specifications and Performance Work Statement, with a comparative analysis on pricing, specifications, and performance timeframe during the selection process. The due date for proposals is set for May 2, 2025, and all questions from potential vendors must be submitted by April 22, 2025. The document includes a comprehensive list of applicable federal and Defense Acquisition Regulation Supplement (DFARS) clauses and provisions, covering topics like labor standards, subcontracting regulations, and safety requirements. This RFQ aims to establish a reliable partnership with a contractor meeting these federal requirements, emphasizing compliance, quality service delivery, and support for small businesses.
Apr 2, 2025, 5:06 PM UTC
The document outlines a Performance-Based Work Statement (PWS) for providing personal protective clothing (PPC) services at FE Warren Air Force Base, Wyoming. The primary purpose is to enable the 583rd Missile Maintenance Squadron to lease, clean, repair, and track protective clothing. The contract spans one basic year with four optional years, requiring the contractor to deliver 210 coveralls weekly tailored to specific sizes, covering various tasks. Key services include delivery of new coveralls, size adjustments, weekly cleaning, pick-up of soiled garments, and inventory management. A detailed protocol is established for tracking PPC items, ensuring compliance with standards and maintaining serviceability. Cleanliness and condition of garments are emphasized, with specific turnaround times for laundry and repairs. Additional requirements cover security checks for contractor employees and conflict of interest provisions. The contractor is accountable for maintaining accurate records, coordinating inventory with the government, and addressing any issues that arise during service. The emphasis on adherence to industry standards and clear communication with designated government points of contact underscores the compliance-driven nature of this contract, reflecting its importance in federal government operations related to safety and health.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
PROTECTIVE UNIFORM RENTAL FOR ELECTRICAL PERSONNEL AND SHOP TOWEL RENTAL
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for a contract to provide protective uniform rental and shop towel rental services for electrical personnel at DLA Aviation – Mechanicsburg (IPE MECH). The selected contractor will be responsible for supplying NFPA 70E-compliant flame-resistant uniforms and shop towels, including delivery, pick-up, laundering, and repairs on a weekly basis, adhering to specific quality and safety standards. This procurement is crucial for ensuring the safety and operational efficiency of personnel working in potentially hazardous environments. Interested small businesses must submit their proposals by May 6, 2025, at 2:00 PM EST, and can direct inquiries to Benjamin Maxwell or Allison Douglewicz via the provided email addresses.
FY25 42SFS Cooling Vests
Buyer not available
The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking proposals for the procurement of 100 cooling vests to support the 42d Security Forces Squadron. These vests are intended to enhance personnel effectiveness and protect against extreme heat conditions, featuring machine washable materials, removable freezer inserts, and a cooling capability of one to three hours. The successful acquisition of these vests is crucial for maintaining operational readiness and safeguarding personnel during critical duties in high-temperature environments. Proposals must be submitted by 12:00 pm CDT on April 25, 2025, via email, and interested parties should contact William M Griffiths at william.griffiths.5@us.af.mil or 334-953-7393 for further details.
AF Trousers and SF Trousers and Slacks
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for the procurement of Air Force Dress Trousers, Space Force Dress Trousers, and Space Force Dress Slacks, with a focus on a total small business set-aside. This procurement aims to provide essential outerwear for military personnel, ensuring that the uniforms meet the required standards for dress and functionality. Interested vendors should note that the solicitation, identified as SPE1C125R0027, has a closing date of May 9, 2025, and can reach out to Coraliz Feliciano at Coraliz.Feliciano@dla.mil or 215-737-2370 for further inquiries. Compliance with the outlined guidelines and evaluation criteria is crucial for successful proposal submissions.
Lodging Laundry BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide lodging laundry and dry-cleaning services at Ellsworth Air Force Base, South Dakota. The contractor will be responsible for all personnel, equipment, transportation, and supplies necessary to deliver laundry services, including pick-up and delivery, from April 30, 2025, to April 29, 2030. This procurement is vital for maintaining hygiene and service standards for military personnel, utilizing non-appropriated funds generated through military community programs rather than taxpayer dollars. Interested vendors must submit their proposals by May 9, 2025, and can direct inquiries to Matthew Moye at matthew.moye.4@us.af.mil or Ross Duval at ross.duval@us.af.mil.
Decontamination Washer for Firefighting Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a commercial decontamination washer designed for firefighting protective gear. The washer must meet specific requirements, including the ability to clean gear in under 15 minutes, accommodate various firefighting equipment, and operate safely on 240V electricity while being compliant with NFPA 1851/1852 standards. This procurement is crucial for maintaining the safety and readiness of firefighting personnel, ensuring their gear is effectively decontaminated. Interested small businesses must submit their quotes by May 2, 2025, and can direct inquiries to Dustin Edwards at dustin.edwards.18@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further details.
ABAV Plate Carriers
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of First Spear Aviation Body Armor Vests (ABAV), specifically requiring 20 full vests, 5 standard plate carriers, and 15 pool variant plate carriers, along with all necessary components. This procurement is essential for enhancing the safety and operational readiness of military personnel at Cannon Air Force Base in New Mexico, reflecting the government's commitment to providing advanced protective gear. Interested small businesses must submit their quotes electronically by April 30, 2025, with questions due by April 25, 2025; for further inquiries, contact TSgt Tamarcus Turner at tamarcus.turner@us.af.mil or Logan Gaib at logan.gaib@us.af.mil.
Coveralls Flyers, Anti-Exposure, CWU-86/P & CWU-87/P
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking contractors for the manufacture and delivery of Anti-Exposure Coveralls, specifically the CWU-86/P and CWU-87/P models. These coveralls must be constructed from waterproof, flame-resistant, and moisture vapor-permeable materials, with a new pattern date set for June 24, 2024, and a notable design adjustment involving the removal of a pocket. The procurement is critical for ensuring the safety and operational readiness of personnel in specialized flight environments, with a planned Firm Fixed-Priced, Indefinite Delivery, Indefinite Quantity (IDIQ) contract spanning five years and including guaranteed minimum and maximum annual quantities ranging from 225 to 1,625 units. Interested contractors should prepare for First Article Testing and ensure compliance with federal sourcing regulations, with the solicitation expected to be released in November 2024; for further inquiries, contact Lisa Pizzo at lisa.pizzo@dla.mil or 215-737-8076.
Rental and Cleaning of Arc Flash PPE
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide rental and cleaning services for Arc Flash Rated Personal Protective Equipment (PPE) at Fort Campbell, Kentucky. The contractor will be responsible for delivering and maintaining PPE, ensuring compliance with OSHA and NFPA standards, facilitating fitment sessions for personnel, and conducting regular cleaning to uphold the PPE's arc flash ratings. This procurement is crucial for maintaining safety standards and ensuring that personnel are equipped with properly fitted and maintained protective gear. Interested small businesses are encouraged to respond to this Sources Sought Notice by providing their capabilities and relevant experience to Karrie Wilkerson at karrie.a.wilkerson.civ@army.mil or by phone at 270-412-0533. The anticipated NAICS code for this opportunity is 812332, with a size standard of $47 million.
Travis AFB Vehicle Maintenance Uniform Rental and Laundry Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide vehicle maintenance uniform rental and laundry services for the 60th Logistics Readiness Squadron at Travis Air Force Base in California. The contractor will be responsible for supplying and maintaining a specified quantity of uniforms, coveralls, and shop rags, along with providing weekly laundering services, ensuring adherence to military standards and timely service, including repair and replacement of items due to normal wear and tear. This contract is crucial for the effective operation of the vehicle management team, with a performance period of one base year and options for two additional years. Interested parties are encouraged to contact Don Salgado or Marcus Thomas for further information and must submit their capabilities package by the specified deadlines.
Dry Cleaning Services - McConnell AFB, KS
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking quotes for dry cleaning services at McConnell Air Force Base (AFB) in Kansas, specifically for the 22 Medical Group. The contract will cover commercial, nonpersonal services for linen and off-site laundry, requiring the contractor to manage approximately 1,800 pieces of laundry monthly while adhering to strict healthcare cleanliness standards and infection control protocols. This procurement is critical for maintaining hygiene and medical readiness at the facility, with a contract duration from November 1, 2024, to April 30, 2029, under a Total Small Business Set-Aside. Interested vendors must register as small businesses under NAICS code 812320 and submit their quotes electronically, with the primary contact being Matthew Mohon at matthew.w.mohon.civ@health.mil.