Door, Tent
ID: W912CH-25-Q-0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Textile Bag and Canvas Mills (314910)

PSC

TENTS AND TARPAULINS (8340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is seeking quotations for the procurement of 67 units of a tent door, identified by National Stock Number (NSN) 8340-01-440-8885, under a 100% Small Business Set-Aside contract. This procurement is critical for military operations, ensuring the availability of essential protective equipment, and requires compliance with military standards, including a First Article Test Report and adherence to a Technical Data Package (TDP) that is export-controlled. Interested contractors must submit their proposals by March 25, 2025, at 4:00 PM Eastern Standard Time, and are encouraged to contact Danielle Campbell at danielle.r.campbell9.civ@army.mil for further inquiries regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to Amendment 0001 of solicitation W912CH-25-Q-0011, which is issued by the Army Corps of Engineers for the procurement of Collective Protection Equipment. The primary purpose of this amendment is to extend the solicitation closing date from February 3, 2025, to February 17, 2025, at 4:00 PM (local time, Warren, MI). The amendment specifies the required actions for contractors to acknowledge receipt of the amendment, which must occur before the extended deadline. It also indicates that apart from this amendment, all other terms and conditions of the original solicitation remain unchanged and in full effect. The solicitation is administered by Danielle Campbell, who is the primary point of contact for further inquiries. Overall, this amendment demonstrates modifications typical within government Requests for Proposals (RFPs), emphasizing adherence to protocols regarding solicitation adjustments while allowing potential contractors additional time to prepare their offers.
    The document outlines the First Article Waiver Worksheet, a tool for contractors to request waivers for First Article Testing (FAT) requirements as part of government procurement processes. It must be submitted on company letterhead and signed by an authorized agent. The worksheet details the current acquisition information, the type of waiver requested (partial or full), and justifications for the request. Justifications can include successful completion of similar tests, continuous production of materials, and absence of significant differences between current and past productions. Furthermore, the document addresses pertinent quality history, manufacturing changes, and previous waiver requests related to the item. It emphasizes the importance of comprehensive supporting documentation to substantiate all claims made. Additionally, the submission process mandates the certifier's name, title, and contact information. This worksheet serves as a formal request mechanism to streamline the acquisition process while ensuring that necessary testing requirements can be adjusted under specific justified circumstances, ultimately contributing to efficiency in federal contracting practices.
    The Army Contracting Command – Detroit Arsenal (ACC-DTA) is issuing a Sources Sought Notice to identify the interest and capabilities of businesses for the production of a component known as the "Door, Tent" (NSN: 8340-01-440-8885), part number 5-4-3371-2, intended for the Chemically Protected Deployable Medical Support Shelter (CP DEPMEDS). The notice requests responses by November 14, 2024, to assist in planning future purchases. The procurement will involve a Technical Data Package (TDP) available only to U.S. government entities and their contractors, and First Article Testing (FAT) is required. Businesses, both large and small, are encouraged to complete a survey that includes details on their capabilities, past experience, production capacity, pricing, and quality management systems. The survey responses are voluntary, and confidentiality of submitted proprietary information is assured as per federal regulations. This initiative reflects the government's efforts to engage with the business community for tailored military supplies while also ensuring compliance with established procurement processes.
    This document represents Amendment 0002 to solicitation W912CH-25-Q-0011, primarily aimed at extending the deadline for submitting offers. The original closing date, set for February 17, 2025, has been extended to March 5, 2025, at 4:00 PM local time in Warren, MI. The amendment specifies that all other terms and conditions of the original solicitation remain unchanged and continue to be in effect. The contract type is a Firm Fixed Price for procurement involving supply contracts and priced orders related to Collective Protection Equipment. The amendment can be acknowledged through specified methods, ensuring that any modifications to existing offers are clearly referenced. This extension is likely intended to provide bidders additional time to prepare their submissions, enhancing the solicitation process for government contracts.
    This document outlines Amendment 0003 to solicitation W912CH-25-Q-0011, focusing on the acquisition of Collective Protection Equipment. The amendment extends the solicitation closing date to March 25, 2025, and modifies evaluation criteria and contract terms to enhance clarity in the bidding process. Key changes include the restructuring of Section M narratives to emphasize evaluation factors like technical capability and price, leading to a best-value determination for contract awards. Evaluation criteria prioritize technical compliance with the Technical Data Package (TDP) and successful completion of the First Article Test (FAT). The amendment also details conditions for contractor responsibility determination, emphasizing financial stability, production capacity, and quality assurance to ensure compliance with federal standards. Additionally, offers can include usage of Government-owned property, impacting the evaluation factors. The primary objective of the document is to refine and clarify the solicitation process, ensuring that the bids submitted align with government requirements while providing transparency and fairness in the contract award process, cultivating a competitive bidding environment that serves government interests.
    This Request for Quotation (RFQ) outlines the procurement of 67 units of a tent door, identified by National Stock Number (NSN) 8340-01-440-8885 and Manufacturer’s Part Number 5-4-3371-2, with a firm fixed price contract type designated for small businesses. The quotations are to be submitted by February 3, 2025, with delivery to the specified destination in Pine Bluff, Arkansas. The RFQ indicates that there is a Technical Data Package (TDP) associated with this procurement, which is limited to authorized U.S. Government agencies and their contractors. Key specifications include military packing, preservation per MIL-STD-2073-1, and the requirement for inspection and acceptance at the origin. Offerors must comply with specified clauses regarding the use of ozone-depleting substances and configuration management documentation. The contractor is authorized to ship early at no additional cost. The document emphasizes that all submissions should be valid for 90 days post-offer due date, and questions should be directed to the assigned contract specialist. This procurement focuses on ensuring compliance with military standards while promoting small business participation in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Door, Tent
    Currently viewing
    Solicitation
    Sources Sought
    Similar Opportunities
    Anchoring Device
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to award a firm-fixed-price contract for the procurement of 361 anchoring devices, identified by National Stock Number (NSN) 1670-00-999-3544. These devices must be packaged according to Military B standards and will require adherence to specific inspection, acceptance, and delivery protocols as defined by the government. The anchoring devices are critical components used in military operations, ensuring the secure attachment of equipment and personnel during various activities. The solicitation for this opportunity is expected to be released around March 31, 2025, and interested vendors are encouraged to submit capability statements, proposals, or quotations. For further inquiries, potential bidders can contact Deborah A. Hough at deborah.a.hough2.civ@army.mil or by phone at 571-588-9136.
    LATCH, DOOR, VEHICULA
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command-Redstone, is soliciting bids for a one-time purchase of two vehicle door latches, identified by a specific National Stock Number (NSN) and part number. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small businesses in federal contracting. The latches are essential components for military vehicles, ensuring operational readiness and safety. Vendors must submit their quotes electronically within 30 days of the solicitation issuance, and compliance with various federal regulations, including packaging and documentation standards, is required. For further inquiries, interested parties can contact Tamela Riggs-Holman at tamela.d.riggs-holman.civ@army.mil.
    15--DOOR,AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of aircraft doors, specifically NSN 1560017188551, under a total small business set-aside. The requirement includes a quantity of three units to be delivered to DLA Distribution San Diego within 171 days after order placement. These aircraft doors are critical components in maintaining the operational readiness and safety of military aircraft. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via the email address provided in the solicitation document.
    Modular General Purpose Tent System MGPTS & Components
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is preparing to issue a Request for Proposal (RFP) for the procurement of Modular General Purpose Tent Systems (MGPTS) and associated components. This procurement involves a firm fixed price, indefinite delivery, indefinite quantity contract spanning three years, with a focus on acquiring 22 different tent items, including various sizes of MGPTS and related components, with quantities expected to range from 384 to 2,883 units. The contract emphasizes compliance with the Berry Amendment, ensuring that clothing and textile items are sourced from U.S. production, reflecting the government's commitment to quality and domestic sourcing for military supplies. Interested parties should note that the RFP will be available on March 27, 2025, and can contact Maria Sesso-Punzo at maria.sesso-punzo@dla.mil or Fanny Cardona at Fanny.Cardona@DLA.mil for further details.
    USNS ARCTIC WATER TIGHT DOOR
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two watertight steel doors for the USNS Arctic, with a delivery requirement set for May 30, 2025, to Norfolk, VA. This opportunity is part of a total small business set-aside initiative, adhering to FAR Subpart 12.6, and aims to engage small businesses with a size standard of 750 employees. The watertight doors are critical for ensuring the operational integrity and safety of marine vessels, highlighting the importance of reliable marine hardware in defense operations. Interested vendors must submit their proposals by March 13, 2025, and can direct inquiries to Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    FD2030-24-01764-04
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of an access door for aircraft, specifically identified by National Stock Number (NSN) 1560-00-979-9693FG. The requirement includes the provision of the door as per the top drawing 35-21394-19, with an Engineering Data List (EDL) revision dated December 19, 2024. This component is critical for maintaining the operational integrity of aircraft, ensuring safety and functionality in aviation operations. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    53--COVER,ACCESS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 5340-01-520-8092, specifically for the item "COVER, ACCESS." The requirement includes a total quantity of 167 units, with delivery expected within 125 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000. This procurement is crucial for maintaining operational readiness and support for various military applications, with items to be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    54--BUILDING,SPECIAL PU
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of a special building (NSN 5410016857002). This solicitation is a Total Small Business Set-Aside, aimed at small businesses in the fabricated structural metal manufacturing industry, specifically under NAICS code 332312. The goods are intended for military use, highlighting their importance in supporting troop operations and infrastructure. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and inquiries can be directed to the DLA at DibbsBSM@dla.mil. The deadline for quote submission is 120 days after the award date.
    10K CARGO NET
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the procurement of 10K Aerial Delivery Cargo Nets under a total small business set-aside contract. The primary objective is to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for these cargo nets, which are critical for military logistics and aerial delivery operations. The procurement process includes stringent quality assurance provisions, requiring First Article Inspections (FAI) and adherence to established military standards to ensure product integrity and safety. Interested small businesses must submit their proposals electronically by March 24, 2025, and can direct inquiries to Kaley Weeden at kaley.h.weeden.civ@army.mil or Carrie English at carrie.l.english.civ@army.mil.
    25--DOOR,HATCH,VEHICLE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of vehicle hatch doors under a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and falls under the NAICS code 332999, which pertains to all other miscellaneous fabricated metal product manufacturing. The hatch doors are critical components for vehicular equipment, ensuring functionality and safety in military operations. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, accessible via the DLA's DIBBS website, and are encouraged to submit their proposals in accordance with the specified guidelines.