8470 – Armor, Personal
ID: 36C26025Q0174Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

ARMOR, PERSONAL (8470)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is soliciting proposals for the provision of Body Armor and External Carrier Vests for the VA Police Service at the Puget Sound VA Medical Center in Seattle, Washington. This procurement is a 100% small business set-aside under NAICS code 339113, requiring contractors to manufacture and deliver ballistic vests that meet Level IIIA ballistic standards for approximately 37 VA Police Officers. The selected contractor will be responsible for on-site measurements and must ensure timely delivery within sixty days post-measurement finalization, adhering to strict guidelines for handling any misfitting items. Interested parties should direct inquiries to Subrina Cantil at Subrina.Cantil@va.gov, with questions accepted until January 20 at 10:00 PST, and are encouraged to review the attached RFQ for further details.

Point(s) of Contact
Subrina Cantil
Subrina.Cantil@va.gov
Files
Title
Posted
Jan 21, 2025, 8:04 PM UTC
The document outlines a solicitation by the Department of Veterans Affairs (VA) for the provision of Body Armor and External Carrier Vests for the VA Police Service at the Puget Sound VA Medical Center. It specifies that the procurement is a 100% small business set aside under NAICS code 339113 and details a firm-fixed price contract. Contractors are expected to manufacture, measure, and deliver ballistic vests compliant with Level IIIA ballistic standards for approximately 37 VA Police Officers. The contractor must also facilitate accurate measurements on-site or at nearby locations. Delivery timelines are set at sixty days post-measurement finalization with stringent stipulations for handling misfitting items. The document includes various clauses regarding contract management, payment procedures, and compliance with federal regulations, emphasizing electronic invoicing and timely communication throughout the process. This procurement reflects the VA's commitment to equipping its law enforcement personnel with necessary protective gear while supporting small business participation.
Jan 21, 2025, 8:04 PM UTC
The document is an amendment to a solicitation related to a contract administered by the NCO 20 Network Contracting Office. Its primary purpose is to address questions posed by bidders concerning the solicitation. The amendment reiterates that all existing terms and conditions remain unchanged aside from the information provided. Two key inquiries were clarified: the gender distribution of the 37 officers involved, which is 6 females and 31 males, and the specific delivery address, which is detailed in the solicitation’s standard form. Overall, the document emphasizes the importance of communication and clarity in the bidding process, ensuring that all potential contractors have the necessary information to submit their proposals accurately and on time.
Jan 16, 2025, 1:04 AM UTC
The presolicitation notice, designated 36C26025Q0174, outlines a federal solicitation for the procurement of police body armor valued at $69,190. The contracting office, located in Vancouver, WA, is seeking responses from small business concerns relevant to the NAICS code 339113, which pertains to surgical appliance and supplies manufacturing. The key items to be acquired include various models of Safariland hard armor and carriers, to be delivered to the Puget Sound VA Medical Center in Seattle, WA. The estimated timeline indicates the request for quotes will be issued on January 16, 2025, with awards anticipated during the first week of February 2025, and a performance period set for 120 days after order receipt. The notice emphasizes that the solicitation is unrestricted, encouraging competitive bids from eligible small businesses, thereby prioritizing local economic engagement.
Lifecycle
Title
Type
8470 – Armor, Personal
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
1095--Police Service Holsters
Buyer not available
The Department of Veterans Affairs is soliciting bids for the procurement of specialized police service holsters and accessories for the C.W. Bill Young VA Medical Center in Bay Pines, Florida. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to acquire Blackhawk brand holsters and Streamlight flashlights that can accommodate added accessories such as lights and lasers, ensuring the safety and operational effectiveness of law enforcement personnel. The contract requires delivery of the specified items within 60 days after receipt of order, with a total estimated cost not exceeding $250,000. Interested bidders must submit their quotations electronically by April 10, 2025, at 12:00 PM EST, and can direct inquiries to Contracting Officer Lakiesha Anderson at lakiesha.anderson@va.gov.
AIRCREW BODY ARMOR VEST
Buyer not available
The Department of Defense, specifically the 18th Contracting Squadron of the U.S. Air Force at Kadena Air Base in Japan, is seeking information from qualified contractors regarding the procurement of Aircrew Body Armor Vests (ABAV). The requirement is for brand new vests, with specific part numbers provided for various sizes, and the procurement process aims to determine whether to pursue brand-name products or allow equivalent alternatives that meet technical specifications. This initiative is crucial for ensuring the safety and protection of aircrew members, adhering to established safety standards. Interested vendors must respond to the Request for Information (RFI) by April 14, 2025, and are required to be registered in the System for Award Management (SAM); responses should be directed to the primary contact, Takeshi Nakamura, at takeshi.nakamura.1.jp@us.af.mil.
RFQ - Brand Name or Equal ComfortLite X-RAY lead aprons
Buyer not available
The Department of Veterans Affairs is soliciting quotes for the procurement of Brand Name or Equal ComfortLite X-RAY lead aprons, which are essential for ensuring the safety of medical personnel during radiological procedures. The contract requires delivery of these lead aprons, available in various sizes and colors, to the VA Southern Nevada Health Care System in Las Vegas, Nevada, with strict adherence to packaging standards to prevent damage during shipment. This procurement is particularly significant as it promotes participation from small businesses, including service-disabled veteran-owned enterprises, and is governed by FAR Part 13, Simplified Acquisition Procedures. Interested vendors must submit their offers by April 21, 2025, and can direct inquiries to Janetra Johnson at janetra.johnson@va.gov or Edward B Hunter at Edward.Hunter@va.gov.
8455--36C242-25-AP-2290 | 479-25-2-3029-0030 VISN 2 PIV Equipment / Accessories Sources Sought Notice
Buyer not available
The Department of Veterans Affairs is seeking vendors to provide specific branded goods aimed at enhancing security operations at Personnel Security/PIV Offices across VISN 2, as outlined in the Sources Sought Notice (Solicitation Number: 36C24225Q0517). The procurement includes a variety of identification-related products, such as badge reels, lanyards, and shielded badge holders, with extensive quantities specified for delivery to ensure compliance with security protocols. These items are crucial for securely displaying identification badges and improving operational efficiency within the VA system. The contract will establish a Blanket Purchase Agreement (BPA) effective from May 5, 2025, to May 4, 2030, with all goods required to be drop-shipped to various Veterans Affairs Medical Centers (VAMCs). Interested vendors can contact Contract Specialist Ryan Seburn at Ryan.Seburn@va.gov or (518) 626-6138 for further details.
Overt Armor Kit
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of Overt Armor Kits (OAK), which include ballistic-resistant soft body armor and various accessories designed to enhance the safety of federal law enforcement personnel in high-threat environments. The procurement aims to provide reliable protective gear that meets the National Institute of Justice (NIJ) ballistic resistance standards, ensuring that both male and female agents are adequately equipped. This contract will be structured as a Firm Fixed Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) with a maximum value of $61 million over a potential five-year period, emphasizing the importance of quality, timely delivery, and compliance with environmental standards. Interested vendors should contact Holly Cloud at hcloud@fbi.gov for further details and are encouraged to submit their proposals, including pricing and specifications, by the specified deadlines.
95--ARMOR PLATE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of armor plate, specifically NSN 9535014544729, under a total small business set-aside. The requirement includes a quantity of 13 units to be delivered to the USA DEP Letterkeny within five days after the order is placed. Armor plates are critical components used in military applications to provide protection and enhance the safety of personnel and equipment. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
6515--NX EQ Powered Air Purifying Respirators
Buyer not available
The Department of Veterans Affairs is seeking quotes for Powered Air Purifying Respirators (PAPRs) to enhance respiratory safety for clinicians across its medical centers nationwide. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to secure a single Requirements contract with a base period of 12 months and four optional extension periods. The selected respirators must meet stringent specifications, including an eight-hour battery run time and NIOSH approval, ensuring compliance with federal safety standards. Interested vendors must submit their quotes and any questions by the specified deadlines, with all inquiries directed to Contracting Officer Anthony Zibolski at Anthony.zibolski@va.gov or by phone at 240-215-0598.
N053--Pharmacy Medical Window Boxes
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide two level 3 ballistic medical window boxes for the pharmacy located in Building 81 at the Puget Sound VA Medical Center in Tacoma, Washington. The procurement involves the removal of existing damaged window boxes and the installation of new ones, with specific requirements for dimensions, safety features, and coordination with pharmacy operations to minimize patient impact during the installation process. This initiative is crucial for maintaining secure environments within VA healthcare facilities, ensuring the safety of both staff and patients. Interested businesses must submit their responses, including company details and capability statements, by April 11, 2025, to Contract Specialist Melita Bernardo at Melita.Bernardo@va.gov.
6515--Brand Name or Equal - Sentinel XL Powered Air Purifying Respirator
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of a Powered Air Purifying Respirator (PAPR) System for the Orlando VA Healthcare System. This solicitation requires equipment that includes specific features such as CBRN filters, rechargeable batteries, and a durable blower assembly, which are essential for the facility's Decontamination Program. The procurement is critical for ensuring the safety and health of medical personnel serving veterans, highlighting the government's commitment to providing life-saving medical safety equipment. Interested vendors, particularly those from small business categories including service-disabled veteran-owned and women-owned businesses, should refer to the attached document (36C24825Q0585) for detailed requirements and submit their proposals by the deadline of April 10, 2025. For further inquiries, contact Carl H Myers at Carl.Myers3@va.gov.
Q-NRG+ Metabolic Monitor Brand Name or Equal to
Buyer not available
The Department of Veterans Affairs is seeking to procure a Q-NRG+ Metabolic Monitor and associated equipment for the Puget Sound VA Healthcare System in Seattle, Washington. This procurement is aimed at acquiring new equipment from authorized Original Equipment Manufacturers (OEMs), ensuring compliance with federal acquisition regulations, and maintaining high standards in healthcare service delivery. Interested vendors, including small, service-disabled veteran-owned, and women-owned businesses, must submit their best terms and conditions via email to Phillip Folger by 5 PM Pacific Standard Time on April 11, 2025. For further inquiries, vendors can contact Phillip Folger at phillip.folger@va.gov or by phone at 360-816-2790.