Personal Presentation Items (PPI)
ID: W912JA25Q18XEType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MT USPFO ACTIVITY AL ARNGMONTGOMERY, AL, 36109-2602, USA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

INDIVIDUAL EQUIPMENT (8465)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of Personal Presentation Items (PPI) for the Alabama Army National Guard's 22nd Recruiting and Retention Battalion under solicitation number W912JA-25-Q-18XE. The procurement includes custom branded items such as hooded sweatshirts, backpacks, and workout shorts, all featuring the Alabama Army National Guard logo, with specific requirements for colors, quantities, and quality assurance. This initiative is crucial for enhancing the National Guard's branding and outreach efforts, ensuring that all items are defect-free and delivered to the battalion's marketing department by the specified deadline. Interested small businesses must submit their proposals by August 20, 2025, and can contact Karey Elias at karey.l.elias.civ@army.mil or Kathryn Graham at kathryn.p.graham.civ@army.mil for further information.

    Files
    Title
    Posted
    The Alabama Army National Guard 22nd Recruiting and Retention Battalion issued a Request for Quotation (RFQ) under solicitation number W912JA-25-Q-18XE for Personal Presentation Items (PPI). This government procurement is set aside exclusively for small businesses, aligning with NAICS code 339999 and its size standard of 550 employees. Proposals must be submitted by 20 August 2025, with a delivery period set for 1-24 September 2025. Offerors must provide a representative sample of each proposed item, including hoodies, backpacks, and other promotional materials detailed in the Statement of Requirement. Submissions should be sent to the Purchasing and Contracting Office in Montgomery, AL, to be evaluated based on technical specifications, past performance, and price. The government prefers offers that demonstrate the best overall value without engaging in discussions, emphasizing the need for thorough and compliant submissions to ensure eligibility for contract award. Potential participants should be familiar with FAR provisions and are responsible for ensuring their compliance with all solicitation terms and conditions.
    The Statement of Requirement (SOR) outlines the procurement of custom branded Personal Presentation Items (PPI) for the Alabama Army National Guard, specifically for the 22nd Recruiting and Retention Battalion. The SOR details nine items to be sourced, including various clothing and accessories such as hooded sweatshirts, a backpack, workout shorts, and more, specifying colors, quantities, and features. Each item will display the Alabama Army National Guard logo, with provided artwork for embroidery and engraving. Delivery is designated to the battalion's marketing department, with inspection by a government representative upon arrival. The contractor is responsible for ensuring all items are defect-free and must provide all relevant user manuals and documentation for the equipment. This procurement process emphasizes adhering to required specifications, quality assurance, and logistical coordination, integral to supporting the National Guard's branding and outreach efforts.
    The document serves as a comprehensive guide related to federal government acquisition processes, particularly focusing on clauses incorporated by reference and contractual guidelines essential for offering federal proposals, grants, and local RFPs. It outlines specific contractual requirements, including whistleblower rights, telecommunications equipment prohibitions, and unique identification protocols for items contractually delivered. Key regulatory references like the Federal Acquisition Supply Chain Security Act and DoD item unique identification emphasize compliance with standards to enhance accountability and traceability in government contracts. Furthermore, it delineates entities' obligations under various certifications regarding support for disadvantaged business concerns and compliance with labor standards, including stipulations related to contracting with foreign entities or those with ties to certain regimes. By documenting explicit contractual obligations, the file underpins fair and transparent procurement practices, fostering a competitive landscape for potential contractors while ensuring adherence to federal regulations and ethical business operations.
    The document outlines a proposal for Personal Presentation Items (PPI), detailing a list of apparel and accessories along with their respective quantities and unit prices needed for procurement. It includes items such as hooded sweatshirts, jackets, backpacks, caps, workout shorts, tumblers, padfolios, and pens. Each item is assigned a unique item number, quantity, and unit of issue, formatted for a proposal submission. Additionally, the document requests information about the offeror, such as their business type, contact details, and unique entity identification, necessary for proper acknowledgment and processing of the bid. The proposed overall prices remain unspecified at $0.00 for each item, indicating that the proposal is in a draft or preliminary stage, pending final pricing. This file serves as part of federal procurement practices exemplified through Requests for Proposals (RFPs) and highlights compliance with business identification requirements for evaluation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    New PPE Uniform Contract
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking to gather information from industry members regarding a potential contract for Personal Protective Equipment (PPE) uniform rental and cleaning services for the Washington Aqueduct. This Sources Sought Notice aims to assess the interest, capabilities, and qualifications of various businesses, including Small Businesses, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses. The procurement is crucial for ensuring the safety and compliance of personnel working in sensitive environments, highlighting the importance of reliable PPE services. Interested parties are encouraged to reach out to Ayanah Savage at ayanah.a.savage@usace.army.mil or (410) 962-0729 for further information.
    Cold Weather Coveralls
    Buyer not available
    The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking qualified contractors to provide 494 cold weather coveralls under a Firm Fixed Price contract. The coveralls must meet specific requirements, including being insulated, wind-resistant, water-repellent, and made from low static-producing, tear-resistant fabric, with reinforced knees and securable pockets. This procurement is critical for maintaining operational readiness in cold conditions, and the contract is designated as a Total Small Business Set-Aside under NAICS code 315250. Interested vendors must submit their quotes by December 12, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact the 140th Contracting Office at 720-847-9498 or via email at 140.WG.MSC@us.af.mil.
    GUARD
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a spare part under the title "GUARD." This procurement will utilize competitive procedures, and the resulting award will be limited to government-approved sources, with offers evaluated based on non-price factors such as capacity, delivery, and past performance, which will be weighted more heavily than price. The solicitation has been extended to December 22, 2025, and interested parties must submit their proposals, including all required documentation, to Michael Brown at michael.j.brown1069.civ@us.navy.mil by 2:00 PM EST on the closing date. Late submissions will not be considered for award.
    Shop Towels
    Buyer not available
    The Department of Defense, specifically the Rhode Island Army National Guard (RIARNG), is seeking a contractor for the rental, delivery, and laundering of shop towels to support its maintenance facility in East Greenwich, Rhode Island. The contractor will be responsible for providing either 500 shop towels weekly or 1,000 towels bi-weekly, ensuring that soiled towels are exchanged for clean ones in a timely manner, with a focus on environmentally friendly laundering practices. This service is critical for maintaining cleanliness and safety in the vehicle maintenance shop, where towels will be used to clean various substances including dirt, grease, and oil. Interested parties must submit their capability statements and relevant information to Shane Murray at shane.c.murray2.civ@army.mil by December 10, 2025, as this opportunity is for planning purposes only and does not constitute a formal solicitation.
    Sources Sought: U.S. Army Retiring Soldier Lapel Pins
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command – Fort Sam Houston (MICC-FSH), is conducting a Sources Sought Notice to identify potential sources for the procurement and distribution of U.S. Army Retiring Soldier Lapel Pins. The selected vendor will be responsible for providing these pins, which are integral to the Army Retiring Soldier Commendation Program (ARSCP), ensuring compliance with AR 600-8-22 specifications, and delivering quarterly shipments to over 59 Army installations, along with maintaining a tracking system and providing delivery reports. Interested businesses must be certified by The Army Institute of Heraldry (TIOH) or be authorized distributors for TIOH-certified manufacturers, and they are required to submit a capabilities statement, including proof of certification and relevant past performance examples, by 10:00 AM CST on December 15, 2025. For further inquiries, interested parties can contact Annalyssa Navarro-Schwener at annalyssa.o.navarro-schwener.civ@army.mil or Jacquelyn Morgan at jacquelyn.k.morgan.civ@army.mil.
    Red Ribbon Week Merchandise
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure merchandise for Red Ribbon Week through a sole source contract. The procurement involves miscellaneous printed matter, as detailed in the attached sole source justification document. This merchandise plays a crucial role in promoting drug prevention and awareness initiatives within the military community. Interested vendors can reach out to SSgt Steven Audinet at steven.audinet@us.af.mil or by phone at 501-987-4197, or A1C Tyler Beans at tyler.beans@us.af.mil or 501-987-4199 for further information regarding this opportunity.
    Personalized Navy Galley Uniforms
    Buyer not available
    The Department of Defense, specifically the U.S. Navy's SUPSHIP Bath, is soliciting quotations for personalized galley uniforms under a Total Small Business Set-Aside procurement. The requirement includes various chef apparel items such as long and short sleeve chef coats, ribbed t-shirts, chef hats, aprons, and baggy chef pants, all of which must be manufactured in the USA and meet specific fire-retardant fabric standards. This procurement is crucial for ensuring the safety and uniformity of Navy personnel in food service roles, with delivery expected no later than 60 days after receipt of order to Bath, Maine. Interested vendors should submit their quotations via email to Missy Boudreau by December 2, 2025, and must confirm their active registration in SAM.gov.
    82nd Airborne Propane Service Contract
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a propane service contract to support the 82nd Airborne Division at Fort Bragg, North Carolina. The contract requires the provision of 100 propane tanks, eight 16-count propane cages, and quarterly refilling services over a base year and four option years, from January 2026 to January 2031. This procurement is crucial for ensuring a consistent supply of propane for military operations, adhering to safety and regulatory standards. Interested small businesses must submit their proposals electronically by December 17, 2025, at 10:00 AM EST, and direct any inquiries to the designated contacts, CPT Michael Davis and SFC Eric Garcia, via their provided email addresses.
    Sources Sought: U.S. Flags and Presentation Boxes
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command – Fort Sam Houston (MICC-FSH), is seeking sources for the procurement of U.S. flags and presentation boxes as part of the Army Retiring Soldier Commendation Program (ARSCP). The requirement includes the supply of 3’ x 5’ nylon U.S. flags with sewn stars and presentation boxes measuring approximately 10” x 12”, which must be assembled and shipped quarterly to over 59 Army installations, along with a tracking system and delivery reports. This procurement is critical for honoring retiring soldiers and ensuring compliance with the Berry Amendment, which mandates that the flags be 100% “Made in the USA.” Interested vendors must submit a capabilities statement by 10:00 AM CST on December 15, 2025, to the primary contacts, Annalyssa Navarro-Schwener and Jacquelyn Morgan, via the provided email addresses, including documentation of Berry Amendment compliance and relevant past performance examples.
    3-Season Sleep System & Components
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of a 3-Season Sleep System and its components. This opportunity includes a complete system, sleeping bags, and various components, with specific National Stock Numbers (NSNs) and interchangeable quantity requirements outlined for each item. The procurement is significant for military operations, providing essential sleeping gear for troops, and will be solicited in two equal lots, with one lot set aside for small businesses and the other unrestricted, emphasizing a preference for HUBZone small business concerns. Interested vendors should prepare to submit a Product Demonstration Model and certified test reports as part of their proposals, with the solicitation expected to be posted on the DLA Internet Bid Board System (DIBBS). For further inquiries, potential bidders can contact Turkessa Cook-Muhammad at turkessa.cook@dla.mil or Maria Sesso-Punzo at maria.sesso-punzo@dla.mil.