R5 LEI Outerwear Ballistic Carrier Vests
ID: 127EAT26Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 3Albuquerque, NM, 871023498, USA

NAICS

Cut and Sew Apparel Manufacturing (except Contractors) (315250)

PSC

ARMOR, PERSONAL (8470)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking quotes from qualified small businesses for the procurement of Outerwear Ballistic Carrier Vests intended for use by law enforcement personnel in the Pacific Southwest Region. The vests must meet specific design and material specifications, including being constructed from OD Green 1000 Denier Cordura nylon and featuring designated pocket configurations, as well as distinctive markings for identification. This procurement is critical for ensuring the safety and operational effectiveness of law enforcement officers in the region. Quotes are due by December 16, 2025, at 12:00 PM Pacific Time, and interested parties must direct their submissions to Fareedah Vaughn at fareedah.vaughn@usda.gov, with questions accepted until December 8, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is seeking qualified vendors to provide ballistic shields for its Law Enforcement Safety & Compliance (LESC) Directorate. The procurement involves a Request for Quotes (RFQ) for high-quality, lightweight ballistic shields, which must meet specific technical requirements, including compliance with ASTM International Standards and a 10-year ballistic warranty. These shields are critical for ensuring the safety of law enforcement personnel in various operational environments. Interested parties should note that the due date for submissions has been extended to March 6, 2026, at 2 PM ET, and that contract awards are contingent upon the availability of funds. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov or John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov.
    SEI Industries, Original Equipment Manufacturer (OEM), “Premo Fireballs” - Aerial Ignition Spheres Purchase
    Buyer not available
    The USDA Forest Service, through its National Interagency Fire Center (NIFC), is seeking qualified vendors to supply SEI Industries' "Premo Fireballs," which are aerial ignition spheres used for prescribed burns and wildfire management. The procurement aims to acquire approximately 1,000 cases of these fireballs annually, emphasizing the importance of safety and compliance with National Wildfire Coordinating Group (NWCG) standards. Vendors must be authorized third-party providers of SEI Industries and capable of delivering to multiple Incident Support Caches across the nation. Interested parties are invited to submit a capability statement by December 8, 2025, detailing their qualifications and past performance, with the potential for a future Request for Quote (RFQ) to follow. For further inquiries, vendors can contact Amy Tilley at amy.tilley@usda.gov.
    081107 WCF Replacement Utility Vehicle EN:1500
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a 4x4 Utility Vehicle (UTV) to replace its current vehicle at the Pisgah Ranger District in North Carolina. The UTV must meet stringent specifications, including a minimum 999 cc gasoline engine, automatic transmission, seating for at least four passengers with a certified Roll Over Protection Structure (ROPS), and various performance capabilities such as a towing capacity of 1500 lbs. and a payload capacity of 1100 lbs. This procurement is critical for supporting the Forest Service's operational needs in managing the national forest, and it is set aside for small businesses under NAICS code 336999. Proposals are due by December 8, 2025, at 5:00 pm ET, and interested vendors should contact Brad Carlson at brad.a.carlson@usda.gov for further details.
    USAFA CADET ATHLETIC JACKETS MNS AND WMNS
    Buyer not available
    The Department of Defense, through the United States Air Force Academy (USAFA), is soliciting quotes for the procurement of men's and women's athletic jackets under a Total Small Business Set-Aside contract. This opportunity involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with one base year and four option years, requiring vendors to manufacture jackets according to detailed specifications, including the use of government-furnished materials. The athletic jackets are integral to the cadet dress uniform, emphasizing quality and adherence to specific design and material standards. Quotes are due by December 12, 2025, at 10:00 AM Mountain Standard Time, and interested vendors should contact Ronald Wilson or Wanda Farr for further information.
    FBI Police Uniforms
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for a contract to supply police uniforms under Solicitation No. 15F06725R0000235. This procurement involves a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for one base year and four option years, with a maximum value of $2.5 million and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance among FBI personnel, which is critical for operational effectiveness and public identification. Interested vendors must submit their proposals, including samples, by December 19, 2025, and can direct inquiries to Victoria McDaniels at vmcdaniels@fbi.gov.
    MC & NWU APECS Trousers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for the procurement of Marine Corps and Navy Working Uniform All-Purpose Environmental Clothing System (APECS) trousers. This solicitation, designated SPE1C1-25-R-0103, includes specific requirements for three types of trousers: Woodland Camouflage Class 1 for the Marine Corps, and Desert and Woodland Camouflage for the Navy, with strict adherence to military specifications and quality assurance standards. The trousers are critical for military personnel, providing essential environmental protection and operational functionality. Interested HUBZone small businesses must submit proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 22, 2025, at 3:00 PM EST, including Product Demonstration Models and compliance with various federal regulations. For further inquiries, contact Marissa Sacca at Marissa.1.Sacca@dla.mil or Randall McArthur at RANDALL.MCARTHUR@DLA.MIL.
    5.56 AR Rifle and Accessories
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking information from potential offerors for the procurement of 5.56 AR rifles and accessories. The requirement includes new 5.56 x 45mm semi-automatic duty rifles that must be operable in various environmental conditions and align with the operational standards of existing SR16 AR-style rifles. This procurement is crucial for enhancing the operational capabilities of the USSS, and interested parties are invited to submit a capability statement by December 5, 2025, at 4:00 PM ET, detailing their qualifications and relevant experience. Responses should be directed to Theresa Williams and Erik Syfert via email, and the procurement falls under NAICS code 332994, with a firm fixed-price contract anticipated.
    Malheur NF, Rail Ridge Cattleguard Replacement Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Malheur National Forest, is seeking qualified vendors to provide cattleguards and components for disaster recovery efforts in the Rail Ridge Fire Area. The procurement involves the purchase of four complete cattleguard assemblies and three additional base assemblies, all of which must meet specific engineering standards, including HS-20 load ratings and construction from painted yellow metal. This initiative is critical for restoring access and ensuring the safety of local roadways following the fire incident. Interested parties must submit their quotes by December 10, 2025, at 4:30 PM PT, and acknowledge all amendments to the solicitation, with the delivery of goods expected by February 10, 2026. For further inquiries, vendors can contact Andrea J. Pollock at andrea.pollock@usda.gov.
    Region 3 Fuels Management Follow-on IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 3, is seeking proposals for the Region 3 Fuels Management Follow-on Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at providing fuels treatment, wildfire hazard reduction, and related services across various national forests and grasslands in Arizona and New Mexico. The contract encompasses a range of activities including vegetation manipulation, burn unit preparation, and stand improvement, with a base period of one year and four optional one-year extensions. This initiative is critical for enhancing forest health and reducing wildfire risks, thereby supporting environmental conservation efforts. Interested small businesses must submit their proposals by December 5, 2025, and direct any inquiries to Contract Specialist Ma Estrellita Dasmarinas at SM.R3.FPO.FUELSMGTIDIQ@USDA.GOV by November 10, 2025.
    Female Coat & Trousers, IHWCU, OCP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the procurement of Female Improved Hot Weather Combat Uniform (IHWCU) Coats and Trousers in Operational Camouflage Pattern (OCP). This solicitation, identified as SPE1C1-25-R-0078, includes two distinct lots: Lot 1 is a Total Small Business Set-Aside for both items, while Lot 2 is specifically set aside for Historically Underutilized Business Zone (HUBZone) Small Business concerns for the coats. The uniforms are critical for military personnel operating in hot weather environments, ensuring comfort and functionality while adhering to strict quality and technical specifications. Interested offerors must submit proposals and Product Demonstration Models via the DLA Internet Bid Board System (DIBBS) by December 8, 2025, at 3:00 PM EST, and can contact Marissa Sacca or Maria Silvester for further information.