First Amendment Caisson Ceremonial Breeches
ID: W91QV125QA023Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BELVOIRFORT BELVOIR, VA, 22060-5116, USA

NAICS

Cut and Sew Apparel Contractors (315210)

PSC

CLOTHING, SPECIAL PURPOSE (8415)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army's Provisional Caisson Detachment, is seeking contractors to supply Caisson Ceremonial Breeches under a Firm-Fixed Price contract numbered W91QV125QA023. The contractor is required to provide complete manufacturing services that adhere to Army regulations and quality standards, including the submission of a product sample with each offer and a Quality Control Plan within 30 days post-award. This procurement is crucial for ensuring that military personnel involved in memorial affairs are equipped with durable and compliant ceremonial wear. Interested parties must submit their offers by September 1, 2025, and can direct inquiries to Carolina Banks at carolina.d.banks.civ@army.mil or Gwendolyn Bridges at gwendolyn.bridges5.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Combined Solicitation/Synopsis for Ceremonial Breeches intended for the U.S. Army's Caisson Detachment at Fort Myer, with procurement aimed at ensuring effective ceremonial operations at Arlington National Cemetery. The Request for Proposal (RFP) indicates an unrestricted solicitation, establishing a Firm-Fixed Price contract for five ordering periods from July 31, 2025, to July 30, 2030, with an initial delivery requirement of 750 units. Key details include stipulations for contractor qualifications, a need for registration in the System for Award Management (SAM), adherence to various FAR clauses, and a specific focus on quality control. The statement of work emphasizes the importance of providing quality ceremonial apparel that meets Army standards while fulfilling the detachment's operational requirements. The contractor is expected to supply a quality control plan while ensuring continued performance and compliance with federal labor regulations throughout the contract's duration. Ultimately, this RFP reflects the government's initiative to maintain high standards for ceremonial services in honor of military service members and their families.
    The document serves as a Combined Solicitation/Synopsis for the supply of Caisson Ceremonial Breeches to the U.S. Army's Provisional Caisson Detachment at Ft. Myer, Henderson Hall. It outlines a Firm-Fixed Price contract solicitation numbered W91QV125QA023, with an unrestricted set aside for responses due by September 1, 2025. The performance period spans five years, from September 30, 2025, to September 29, 2030, covering multiple ordering periods with distinct quantities of breeches each year. The contractor is responsible for providing complete manufacturing services and meeting quality standards, ensuring the ceremonial breeches meet Army regulations. Additionally, a Quality Control Plan must be submitted within 30 days post-award. The delivery timelines include requirements for early warning about federal holidays affecting service delivery. The contract incorporates numerous federal clauses related to compliance, quality assurance, and ethical considerations. This solicitation reflects the government’s structured approach to sourcing essential ceremonial wear for military personnel involved in memorial affairs, underscoring the importance of durability and adherence to Army standards. The document emphasizes timely delivery and comprehensive compliance with established protocols to ensure contractor accountability.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Buckle, Waistplate
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of Buckle, Waistplate, under a combined synopsis/solicitation notice. This opportunity is designated as a 100% Small Business set-aside and involves a firm-fixed-price, Simplified Indefinite Delivery Contract (SIDC) with a five-year ordering period, valued at a maximum of $7,500,000.00, highlighting the importance of domestic sourcing as mandated by the Berry Amendment. Interested offerors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 8, 2025, at 11:59 PM Local Time, and are required to provide Product Demonstration Models (PDMs) as part of their submission. For further inquiries, potential bidders can contact Eric Van Horn at Eric.VanHorn@dla.mil or by phone at 445-737-3143.
    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.
    Boot, TW Coyote Combat (Army)
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is conducting a market research survey for the procurement of Army Temperate Weather Combat Boots, specifically the TW Coyote Combat model. The objective is to gather information on industry capabilities and develop an acquisition strategy, with the intention of issuing an Indefinite Quantity Contract for a 48-month period, which includes a guaranteed minimum of 4,374 pairs and a maximum of 209,952 pairs. These combat boots are critical for the U.S. Army, ensuring durability and performance under various conditions, with specifications emphasizing waterproofing, comfort, and resistance to environmental factors. Interested vendors must submit their responses by December 9, 2025, to Karen Johnson at karen.m.johnson@dla.mil, and are encouraged to review the attached documents for detailed requirements and compliance information.
    DHS-wide Uniforms III Contract
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    Navy Oxford Dress Shoe
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking manufacturers for the procurement of Navy Oxford Dress Shoes for both men and women. This contract involves the manufacture and delivery of these shoes, adhering to specific military specifications, with a minimum order quantity of 36,510 pairs over a three-year base term, and an estimated annual quantity of 146,052 pairs per tier. The contract will be awarded based on a best value trade-off evaluation, considering factors such as product demonstration models and past performance, with a maximum potential order of 657,234 pairs. Interested parties should contact Jamie Heiman at Jamie.Heiman@dla.mil or 445-737-3279, or Clifford Lawson at CLIFFORD.LAWSON@DLA.MIL or 445-737-8084 for further details, and proposals must be submitted electronically via the DLA Internet Bid Board System (DIBBS).
    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.
    Breech Ring Forgings for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, through the Watervliet Arsenal, is soliciting proposals for the manufacture of 15 Breech Ring Forgings (Drawing 12591139, Rev. B) specifically designed for the 105mm M20 Cannon. This procurement requires adherence to strict delivery schedules and quality standards, with the potential for a first article requirement or waiver, and emphasizes the importance of past performance in the evaluation process. The Breech Ring Forgings are critical components in military technology, necessitating compliance with export controls and access restrictions to ensure that only U.S., Puerto Rico, and Canada-based entities can participate. Interested contractors should contact Evan Caulfield at evan.j.caulfield.civ@army.mil for further details, and must possess a current DD 2345 certification to access the Technical Data Package via SAM.gov.
    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.
    USAFA Polo Shirts
    Buyer not available
    The Department of Defense, through the United States Air Force Academy (USAFA), is seeking quotes for the manufacture and delivery of men's and women's cadet polo shirts for fiscal year 2026. The procurement requires compliance with specific material standards, including 100% polyester fabric with moisture management capabilities, and includes detailed specifications for design, sizing, and labeling, such as an embroidered USAFA logo. This contract is a total small business set-aside, with a firm-fixed-price structure for a base year and four option years, emphasizing the importance of domestic sourcing under the Berry Amendment. Interested vendors must submit their quotes by December 9, 2025, and direct any inquiries to Danielle Hyde or Marissa Morris via email.