The document outlines detailed specifications for outerwear vest carriers for USFS Law Enforcement. Key features include an OD Green 1000 Denier Cordura nylon construction, specific pocket configurations (two large breast, two smaller shallow, one flat open top rectangular, and a radio holster on the non-gun side), and a zipper opening for an internal backup weapon holster. The carriers must include a subdued 3-inch USFS Law Enforcement badge patch on the left breast and the LEO's first initial and last name in gold or black over the right breast pocket. Optional features include ballistic plate addition and a 'LAW ENFORCEMENT' Velcro patch on the back provided by the vendor. Crucially, the carriers are prohibited from having any other badges, patches, holsters, or attachments such as 'POLICE' or 'K-9.'
This document outlines the specifications for outerwear vest carriers for USFS Law Enforcement personnel. The carriers must be OD Green, made of 1000 Denier Cordura nylon, and feature specific pocket configurations including two large breast pockets, two smaller shallow pockets, and a flat open-top rectangular pocket on one side flap. They must also include a radio holster on the non-gun side, a radio mic clip, and PVRD tabs. A zipper opening in the front provides access to an internal holster. Distinctive markings include a subdued 3-inch USFS Law Enforcement badge patch on the left breast and the officer's first initial and last name in gold over the right breast pocket. The back can have a black “LAW ENFORCEMENT” Velcro patch provided by the vendor. Crucially, the carriers are prohibited from having any other badges, patches, holsters, or items such as “POLICE” or “K-9” attached.
The "SCHEDULE OF ITEMS" document, identified by SOL #127EAT25Q0015, outlines a Request for Proposal (RFP) from the Pacific Southwest Region 5 Law Enforcement & Investigation. The RFP seeks bids for "C5 Outerwear Ballistic Vest" units. The schedule lists two items: 140 Class C Outerwear Ballistic Vests and associated shipping. Offerors are instructed to provide unit prices only, as total prices will be auto-populated. Responses for quantities less than those listed or without prices for each item may be rejected. The document also includes sections for vendor information, such as name, point of contact, phone, email, and DUNS/UIN.
The USDA Forest Service's Experience Questionnaire (FS-6300-27) is a mandatory form for contractors bidding on projects like the Outer Vest Procurement. This document assesses a contractor's suitability by requiring detailed information on their business type, years of experience as a prime or sub-contractor, and a list of projects completed within the last three years. It also asks about concurrent contractual commitments, any past failures to complete work, and whether the project site was inspected. Furthermore, the questionnaire delves into the organization's available resources, including minimum and maximum employees, equipment, and estimated progress rates. It requests the experience of principal individuals, a detailed list of owned or rented equipment with maintenance plans, and a description of contractor self-inspection procedures for quality assurance. The form concludes with a certification section, emphasizing the accuracy of the provided information and authorizing the Forest Service to verify capabilities. This comprehensive questionnaire ensures that only qualified and experienced contractors are considered for government contracts.
The USDA Forest Service is soliciting proposals for a Firm-Fixed Price contract to procure Law Enforcement and Investigation (LE&I) Outerwear Ballistic Carrier Vests for its Regional Office 5 Pacific Southwest Zone. This 100% small business set-aside procurement, with NAICS code 315250, requires pricing for 140 Class C Vests and shipping. Proposals are due by December 16, 2025, at 12:00 PM Pacific Time, to fareedah.vaughn@usda.gov, with questions due by December 8, 2025. Evaluation will be based on past experience and price, with award going to the offeror providing the best value. Delivery is anticipated 90 days after award to Vallejo, CA.