Advanced Cleaning and Inspection of Personal Protective Equipment (Firefighter’s Gear)
ID: N6883625QS003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Drycleaning and Laundry Services (except Coin-Operated) (812320)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15) (WOSBSS)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for advanced cleaning and inspection services of personal protective equipment (PPE), specifically firefighter gear, at the Naval Air Station Joint Reserve Base in Fort Worth, Texas. The contract requires the contractor to perform two cleanings and one inspection annually for operational equipment, along with one cleaning for reserve gear, all in compliance with the 2020 National Fire Protection Association (NFPA) 1851 standard. This procurement is critical for ensuring the safety and operational readiness of firefighting personnel by maintaining their equipment to the highest standards. The total contract value is approximately $8 million, and interested parties should contact Mrs. Peiney Allerton at peiney.t.allerton.civ@us.navy.mil or call 904-542-4327 for further details and to confirm participation in the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    NAVSUP Fleet Logistics Center Jacksonville plans to issue a Request for Quotation (RFQ) around 15 April 2025 for the advanced cleaning and inspection of firefighter's gear at NAS Joint Reserve Base, Fort Worth, TX. This solicitation is designated as a 100% Woman Owned Small Business Set Aside and will culminate in a firm-fixed price purchase order with a one-year base period and up to four one-year option periods. The cleaning and inspection services must meet the 2020 National Fire Protection Association (NFPA) standard, requiring biannual advanced cleanings and annual inspections of the equipment. The acquisition falls under NAICS Code 812320, with a small business size standard of $8 million. Interested parties must download the RFQ from the Contract Opportunities website, as no physical copies will be distributed. Registration in the System for Award Management (SAM) is mandatory for all bidders. Clarifications can only be requested via email to the designated contract specialist. This RFQ emphasizes adherence to safety standards and support for small business initiatives.
    The document outlines a solicitation for advanced cleaning and inspection services of personal protective equipment for the Fire and Emergency Services (F&ES) at Naval Air Station Joint Reserve Base (NAS JRB) Fort Worth, Texas. The contract aims to ensure compliance with the National Fire Protection Association (NFPA) 1851 standard for firefighter gear, requiring two cleaning and one inspection per year for operational equipment and one cleaning for reserve gear. The contractor must coordinate pick-ups and deliveries, with specific reporting requirements after each cleaning batch, and is responsible for repairs authorized by the Contracting Officer's Representative (COR). The total value of the award is approximately $8 million. The document provides detailed specifications regarding the quantity of each type of equipment to be serviced, methods for scheduling cleanings, repairs, and the point of contact for access to the installation. This solicitation is a part of federal contract procedures aimed at improving safety measures for firefighting personnel by ensuring their equipment is properly maintained and inspected in accordance with federal, state, and local laws.
    This document is an amendment to a solicitation, providing details on the extension of the offer submission timeline and instructions for acknowledging receipt of the amendment. It outlines the requirements for contractors to validate reception of the amendment via completion of specified forms or through separate communications. The document also touches on modifications to existing contracts or orders, detailing the necessary procedures if changes are made and the importance of timely communication in these instances. Notably, it includes responses to questions related to RFQ N6883625QS003, clarifying that an incumbent contractor is not present as the previous contractor went out of business. Additionally, the amendment specifies that onsite servicing with a trailer system for cleaning and inspecting equipment within a week is acceptable. The overall purpose of the document is to ensure clarity and compliance in the amendment process concerning solicitations and contract modifications within a federal context.
    Similar Opportunities
    J&A NR3 HPBAC NEW WORK RCC 510N
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.
    Fire-Resistant Coverall Laundry Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the rental and laundering of forty-four fire-resistant coveralls at DLA Distribution in Oklahoma City, Oklahoma. The procurement includes the management of fire-resistant coveralls for welders and electricians, requiring weekly pickups and returns of laundered garments, as well as the maintenance and accountability of the coveralls through barcoding or RFID tracking. This contract is set aside for small businesses under NAICS code 812320, with a base year starting January 14, 2025, and two option years. Interested vendors must submit their proposals electronically to Deborah Johnson at Deborah.L.Johnson@dla.mil by 10:00 AM EST on December 22, 2025, including separate files for past performance and pricing, as the award will be based on the lowest evaluated price.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Service Proprietary Hangar 1048 Fabric Doors at NAS Fort Worth
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking a contractor to service proprietary Verifcal Lifting Fabric hangar doors at Building 1048 located at Naval Air Station Fort Worth JRB, Texas. The contractor will be responsible for providing all necessary labor, parts, tools, equipment, materials, and transportation to complete the task, which is structured as a firm fixed price task order under a Federal Supply Schedule contract. This service is crucial for maintaining the operational readiness and safety of airfield structures at the facility. Interested parties can reach out to Eric Smith at eric.c.smith6.civ@us.navy.mil or by phone at 817-782-5274, or contact Jeannette Sale at jeannette.c.sale.civ@us.navy.mil or 817-782-7985 for further details.
    BPA - Fire fighting Equipment PSC 4210
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for fire-fighting equipment under PSC Code 4210. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The BPAs will facilitate the acquisition of essential fire-fighting equipment, which is critical for ensuring safety and operational readiness. Interested vendors must submit their documentation and past performance references to Barbara Grinder by April 30 for June awards or by October 31 for December awards, and they must maintain active accounts in both the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM).
    42--RESCUE AND SALVAGIN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of rescue and salvaging equipment, specifically NSN 4240015122678. The requirement includes the delivery of two units to DLA Distribution Cherry Point within 89 days after order placement, with the approved source being 3RTX5 DC-1. This equipment is crucial for fire, rescue, and safety operations, underscoring its importance in emergency response scenarios. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to DibbsBSM@dla.mil.
    Boot, Firemen, Type II (Knee)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking suppliers for the Boot, Firemen, Type II (Knee), as outlined in presolicitation SPE1C125RX014. The boots must be manufactured in accordance with the Commercial Item Description A-A-50371B, which specifies requirements such as vulcanized construction, steel box toes, and compliance with NFPA 1971 standards, ensuring they are suitable for fire protective gear. This procurement is critical for fulfilling backorders and maintaining safety standards for firemen, with a guaranteed minimum order of 3,230 pairs and an annual estimated quantity of 3,890 pairs, valued at up to $7.5 million. Interested vendors should contact Ryan Reynolds at ryan.reynolds@dla.mil or 445-737-0423 for further details, noting that the solicitation will be available on the DLA Internet Bid Board System (DIBBS).
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    42--BREATHING APPARATUS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of breathing apparatus, specifically NSN 4240015791027, with a requirement for 12 units to be delivered to DLA Distribution San Joaquin within 110 days after order. This equipment is critical for fire, rescue, and safety operations, ensuring the safety of personnel in hazardous environments. The solicitation is set aside for Women-Owned Small Businesses (WOSB), and all responsible sources are encouraged to submit electronic quotes, as hard copies will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DLA's DIBBS website.
    42--BREATHER APRS,30 MI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 13 units of Breather APRS, NSN 4240016020610, with a delivery requirement to DLA Distribution San Joaquin within 36 days after order. This equipment is critical for fire, rescue, and safety operations, ensuring that personnel are equipped with essential protective gear. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which must be submitted electronically as hard copies will not be provided. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil.