AFCEC EOD Bomb Suits
ID: FA8501Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

ARMOR, PERSONAL (8470)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 6:00 PM UTC
Description

The Department of Defense, through the United States Air Force (USAF), is seeking information from potential contractors for the acquisition of Explosive Ordnance Disposal (EOD) Bomb Suits and helmets, with the intent to award a one-year contract for approximately 42 units. This procurement aims to enhance the safety and operational capacity of bomb technicians by ensuring compliance with the National Institute of Justice (NIJ) Standard 0117.01, which outlines essential performance and safety requirements for bomb suits. Interested parties are encouraged to respond to the Sources Sought Announcement by submitting their capabilities and addressing specific technical questions by April 14, 2025, with a limit of 20 pages. For further inquiries, contact Chaston Waller at chaston.waller@us.af.mil or Nikita Chandiramani at nikita.chandiramani@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 7:05 PM UTC
The United States Air Force (USAF) issued a Sources Sought Announcement to gather information regarding potential contractors for the acquisition of Explosive Ordnance Disposal (EOD) Bomb Suits and helmets. This document outlines the desire to eventually award a one-year contract for approximately 42 units, contingent on factors such as shelf life. Key questions regarding technical specifications and compliance with various standards are included to assess capabilities within the bomb suit industry. These questions are focused on certifications, material requirements, protective features, compatibility with military equipment, and user functionality. Responses must be submitted electronically by April 14, 2025, with a limit of 20 pages. The document encourages all responsible sources to respond and clarifies that neither evaluations nor reimbursement for responses will occur. Questions regarding the announcement must also be submitted via email, with no intent from the government to rank or provide feedback on any submissions. The announcement emphasizes the need for compliance with standards set by the National Institute of Justice (NIJ) and highlights safety, operational capacity, and user adaptability as essential factors in evaluating proposals.
Mar 28, 2025, 7:05 PM UTC
The National Institute of Justice (NIJ) has established a voluntary performance standard for bomb suits used by public safety bomb technicians. NIJ Standard 0117.01 outlines minimum requirements for the form, fit, performance, testing, documentation, and labeling of bomb suits, ensuring they provide adequate protection during explosive device operations. Key areas of focus include fragmentation resistance, impact protection, furnace testing, optics, and ergonomics, with detailed testing methodologies specified for compliance. Developed by a panel of experts and practitioners, the standard emphasizes that while manufacturers may claim conformity, compliance demands full adherence to all requirements. The document aims to enhance safety for bomb technicians, encouraging consistent procurement standards among agencies while not mandating immediate replacement of existing suits. Continuous updates and revisions to the document are anticipated as new data emerge. Overall, this standard reflects the government’s commitment to public safety, aiming to protect those who carry out hazardous operations related to explosive devices.
Mar 28, 2025, 7:05 PM UTC
The document appears to be a compilation of data related to government solicitations, specifically focusing on federal and state grants and Requests for Proposals (RFPs). The main topic circles around the procedures, guidelines, and criteria for submitting proposals for federal funding and state projects. It outlines the necessary steps and considerations that potential applicants must take into account when preparing their submissions, including eligibility requirements, project scope, and funding limits. Additionally, the document emphasizes the importance of compliance with federal regulations and local policies, highlighting the role of completeness and clarity in proposals to improve chances of securing funding. It includes insights into common pitfalls to avoid during the application process, suggesting best practices to enhance proposal effectiveness. Overall, the document serves as a critical resource for organizations seeking to navigate the complexities of government funding opportunities, with a focus on enabling them to respond effectively to RFPs and grant applications. This guidance aims to streamline the understanding and execution of proposals, thereby fostering better alignment with government expectations and support frameworks.
Lifecycle
Title
Type
AFCEC EOD Bomb Suits
Currently viewing
Sources Sought
Similar Opportunities
Explosive Coveralls, 00465
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking information from industry partners regarding the procurement of Explosive Coveralls under Product Group Code (PGC) 00465. The objective of this market research survey is to gather insights on manufacturing capabilities, production lead times, pricing structures, and subcontracting plans from potential vendors interested in producing these specialized clothing items. These coveralls are essential for military use, ensuring safety and compliance with operational requirements. Interested parties must submit their responses confidentially to the provided email addresses by May 01, 2025, with the possibility of a 36-month ordering period and tiered pricing options.
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.
23/P, Advanced Technology Anti-G Suit (23/P ATAGS)
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide the Advanced Technology Anti-G Suit (23/P ATAGS) as part of its market research efforts. This request for information (RFI) aims to identify companies capable of meeting the specifications outlined in the relevant military standards and drawings, which are critical for ensuring the performance and safety of personnel in high-G environments. The ATAGS is essential for military aviation operations, requiring vendors to obtain Engineering Source Approval (ESA) from the Air Force prior to contract award. Interested parties must submit their responses, including company details and capability statements, to Mara Cremen at mara.cremen@dla.mil by COB May 12, 2025, with a maximum submission length of five pages.
FE Warren Protective Clothing
Buyer not available
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.
42--DRY SUIT,RESCUE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 26 units of NSN 4220014993353 Dry Suits for rescue operations. These suits are critical for ensuring the safety and effectiveness of personnel involved in rescue missions, particularly in challenging environments. The solicitation is a Total Small Business Set-Aside, and interested vendors must submit their quotes electronically, as hard copies will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, with the solicitation details accessible via the DLA's online platform.
1370-01-523-0965 MJU-64 AND 1370-01-551-5659 MJU-66
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the production and delivery of two types of decoys, the MJU-64/B and MJU-66/B, which are designed to protect aircraft from heat-seeking missiles. The procurement requires adherence to strict program management policies, quality management systems compliant with ISO standards, and rigorous testing procedures, including First Article Testing and Lot Acceptance Testing, to ensure that the decoys meet specified acceptance criteria. These decoys play a critical role in enhancing the defense capabilities of the U.S. military. Interested contractors must comply with safety regulations regarding explosives, and they can contact Brent Wagner at 717-605-1759 or via email at brent.wagner2.civ@us.navy.mil for further details. Paper copies of the solicitation will not be provided, and the deadline for submissions is outlined in the solicitation documents.
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.
42--SUIT,IMMERSION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of immersion suits, specifically NSN 4220012516467, with a total quantity of 209 units required for delivery to DLA Distribution San Joaquin. These suits are critical for fire, rescue, and safety operations, ensuring personnel are adequately protected in hazardous environments. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be conducted as a Request for Quotation (RFQ), with all submissions required to be made electronically. Interested vendors should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's DIBBS website.
Initial Request for Information for Advanced E-7 Integrators and Suppliers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) to identify industry partners capable of providing and integrating advanced capabilities for the E-7 weapon system. The objective is to deliver at least two integrated weapon systems, including the Advanced E-7 and associated ground equipment, within a seven-year timeframe, potentially starting in fiscal year 2027. This initiative is crucial as the E-7A Wedgetail will replace the E-3 Sentry, enhancing the U.S. Air Force's Air Moving Target Indicator and Battle Management Command and Control capabilities. Interested parties must respond to the RFI by April 22, 2025, and direct inquiries to the Contracting Officer, Olivia Rogers, at olivia.rogers.3@us.af.mil, or the Contract Specialist, Urban Soul, at urban.soul@us.af.mil.
1377-01-489-5511 WB53
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of 1,586 units of explosive items classified under the NAICS code 325920, which pertains to Explosives Manufacturing. The procurement requires compliance with safety regulations, including a Safety Survey, and detailed specifications regarding explosive weight and class are outlined in the solicitation. These items are critical for military operations, emphasizing the importance of reliability and safety in their manufacturing and delivery. Interested vendors can obtain further information by contacting Connor Fry at 717-605-4048 or via email at connor.fry@navy.mil, as paper copies of the solicitation will not be provided.