Laboratory Coats Services
ID: DJA-25-ALAB-PR-0196Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFATF ACQUISITION AND PROPERTY MGMT DIVATFWASHINGTON, DC, 20226, USA

NAICS

Linen Supply (812331)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

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

    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors to provide laboratory coat services for its Forensic Science Laboratory in Washington, D.C. The procurement involves supplying and maintaining a minimum of 84 unisex laboratory coats, which must be rented and include specific design features, along with weekly laundering services for coats soiled with hazardous materials. This contract is crucial for ensuring the safety and compliance of forensic operations, with a firm fixed price structure for a base year and four option years, commencing on April 1, 2025, and extending through March 31, 2030. Interested vendors must submit their quotes via email to Steven Jaimes at Steven.Jaimes@atf.gov by the specified deadline, and all inquiries should be directed to the same contact by March 14, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Quality Assurance Surveillance Plan (QASP) outlines the monitoring procedures for the Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF) regarding contractor performance in providing laboratory coat services for its Forensic Science Laboratory. The QASP details the goals of ensuring that contractors meet performance standards as defined in the Performance Work Statement (PWS) and their Quality Control Plan (QCP). It establishes the roles of the Contracting Officer (CO) and the Contracting Officer's Representative (COR), emphasizing their responsibilities in monitoring compliance and evaluating performance. The contractor is required to manage quality through self-inspection methods, while the government will use simplified surveillance techniques like random monitoring and customer feedback to assess performance. Key performance criteria are included in the plan, detailing acceptable quality levels (AQLs) for specific tasks, with consequences for failing to meet delivery expectations. Documentation and timely communication are stressed for maintaining effective oversight and accountability. This QASP facilitates a performance-based approach, emphasizing outcomes over compliance with traditional processes, allowing contractors flexibility to improve and adapt their services to meet specified requirements efficiently.
    The document outlines a template for addressing contractor questions related to a Request for Quotation (RFQ) for nationwide furniture services under the ATF (Bureau of Alcohol, Tobacco, Firearms and Explosives). Specifically, it provides a format for the contractors to submit their inquiries regarding various RFQ references such as Contract Line-Item Numbers (CLINs), Performance Work Statements (PWS), and evaluation criteria. Each question from contractors is expected to receive a detailed response from the appropriate ATF official (Contracting Officer, Contracting Officer Representative, Subject Matter Expert, etc.). This structured approach facilitates clarity and organization in communications between contractors and the ATF, ensuring that all parties have access to necessary information as they navigate the contracting process. The document serves as a vital tool in the procurement procedure by enhancing transparency and responsiveness to contractor needs while maintaining compliance with federal regulations.
    The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is seeking a contractor to supply and maintain laboratory coats for its Forensic Science Laboratory in Washington (FSL-W). The contractor must provide a minimum of 84 unisex laboratory coats made from 80% polyester and 20% cotton, which includes 54 white cuffed and 30 navy non-cuffed coats. These coats must feature specific design elements including a button-down front, pockets, and side vents, and must be rented rather than purchased. Weekly laundering services are required for coats soiled with hazardous materials, with the contractor also managing garment replacements and documentation regarding clean and dirty coats. The contract will be a firm fixed price for a base year and four option years, commencing April 1, 2025, and extending through March 31, 2030. Delivery and pick-up will occur at the FSL-W facility under strict security protocols. The contractor is responsible for any travel costs and must establish robust quality control measures to ensure compliance with ATF standards. Invoicing and payment processes are also outlined to ensure proper financial management. This document encapsulates the official request for proposals (RFP) for services critical to the ATF’s forensic operations.
    Lifecycle
    Title
    Type
    Laboratory Coats Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Explosives and Explosive Supplies
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking quotes for the procurement of explosives and explosive supplies under solicitation number DJA-25-AEET-PR-0215. This procurement is aimed at fulfilling essential needs for an advanced explosives disposal training course for certified specialists and public safety officials, with a total estimated value of $58,670. The selected contractor will provide specific brand-name explosives necessary for training consistency and safety, with a required delivery date of September 1, 2025. Interested small businesses must submit their quotes via email to Brian Wilkins by 5:00 PM EST on March 21, 2025, and ensure compliance with all applicable federal regulations and ATF security requirements.
    Explosives and Explosive Supplies
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified small and socio-economic businesses to provide explosives and explosive supplies under a Sources Sought/Request for Information (RFI). The procurement aims to identify vendors capable of supplying various explosive materials, including slip-on boosters, detonating cord, and shock tubes, as outlined in the NAICS Code 325920 for Explosives Manufacturing. This requirement is critical for the ATF's National Center for Explosives Training and Research (NCETR) and is anticipated to be awarded as a Firm-Fixed-Priced contract by late March to early April 2025. Interested vendors must submit their capability statements and relevant past performance information to Contract Officer Brian Wilkins via email by 5:00 PM Eastern Time on March 17, 2025, with no pricing information requested.
    Installation and maintenance of Team Awareness Kits
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking professional support services for the installation and maintenance of Team Awareness Kits (TAK) to enhance its operational capabilities. The primary objective is to improve situational awareness for approximately 2,500 users by integrating advanced technology that supports up to 1,000 simultaneous users across secure data channels, including live video streams and remote sensors. This initiative is crucial for modernizing ATF's tools in combating violent crime and ensuring community safety. Interested parties can contact David Berger at david.berger@atf.gov or by phone at 202-648-9131 for further details regarding this Sources Sought notice.
    USACIC FY25 Special Agent Kits- Amendment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is seeking quotes from small businesses for the procurement of Special Agent Kits tailored for the Joint Terrorism Task Force (JTTF) and the Counterintelligence Task Force (CITF) at Fort Meade, Maryland. The procurement includes a total of 442 units each of various tactical items such as body armor, holsters, handcuff cases, biometric vaults, and first aid kits, all of which must meet specific technical specifications and quality standards. This initiative underscores the Army's commitment to equipping its operational forces with essential protective gear and tools for law enforcement activities. Interested vendors must submit their quotes by March 21, 2025, with delivery expected by April 30, 2025; for further inquiries, contact Evelyn Johnson at evelyn.johnson116.civ@army.mil or call 703-428-5729.
    Coveralls Flyers, Anti-Exposure, CWU-86/P & CWU-87/P
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking contractors for the manufacture and delivery of Anti-Exposure Coveralls, specifically the CWU-86/P and CWU-87/P models. These coveralls must be constructed from waterproof, flame-resistant, and moisture vapor-permeable materials, with a new pattern date set for June 24, 2024, and a notable design adjustment involving the removal of a pocket. The procurement is critical for ensuring the safety and operational readiness of personnel in specialized flight environments, with a planned Firm Fixed-Priced, Indefinite Delivery, Indefinite Quantity (IDIQ) contract spanning five years and including guaranteed minimum and maximum annual quantities ranging from 225 to 1,625 units. Interested contractors should prepare for First Article Testing and ensure compliance with federal sourcing regulations, with the solicitation expected to be released in November 2024; for further inquiries, contact Lisa Pizzo at lisa.pizzo@dla.mil or 215-737-8076.
    S--RFI Laundry and coverall services
    Buyer not available
    The Department of the Interior is seeking information from potential vendors for laundry and coverall services through a Request for Information (RFI) issued by the Interior Business Center for the Office of Aviation Services. The procurement aims to identify qualified contractors capable of providing clean linens, including shop towels and coveralls, on a weekly basis, as outlined in the draft Performance Work Statement (PWS). This service is crucial for maintaining operational efficiency at the Alaska Regional Office Repair Station, ensuring that employees have access to clean and personalized work attire. Interested vendors must submit their responses by March 14, 2025, at 4:00 PM AK time, directly to the Contracting Officer, Heather Armstrong, via email at heatherarmstrong@ibc.doi.gov. The contract is expected to span one base year with four optional renewal years, and responses should not exceed seven pages.
    Custom Labels
    Buyer not available
    The Federal Bureau of Investigation (FBI) is seeking responses from small business contractors for a Request for Information (RFI) regarding the provision of custom labels for its Laboratory Division. The labels must meet specific criteria, including being tear-resistant, capable of withstanding extreme temperatures, and compatible with Zebra printers and scanners, as the FBI aims to ensure reliable labeling for laboratory materials. This RFI is part of the FBI's market research efforts to assess vendor capabilities and inform future procurement strategies, with interested parties encouraged to submit their qualifications, capabilities, and samples by the indicated deadlines. For further inquiries, vendors can contact Adelle Bolton at albolton@fbi.gov.
    FBI Indoor Firearms Maintenance and Cleaning Services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for Indoor Firearms Maintenance and Cleaning Services at Redstone Arsenal in Huntsville, Alabama. The procurement aims to secure professional services for the maintenance and cleaning of indoor firearms ranges, ensuring compliance with safety and environmental standards while providing a clean and safe operational environment. This contract, set aside for small businesses, will be awarded as a one-year firm-fixed price agreement with the potential for four extensions, emphasizing the importance of maintaining the integrity of FBI operations. Interested offerors must submit their quotes by March 31, 2025, and are required to attend a site visit on March 12, 2025; for further inquiries, they can contact Javia Warner at jswarner@fbi.gov or Charles Julian at cejulian@fbi.gov.
    Concealment and Tactical Holsters
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of concealment and tactical holsters intended for use by its agents. The FBI aims to award up to two Firm Fixed Price contracts under an Indefinite Delivery/Indefinite Quantity (IDIQ) framework, which will span one base year with four optional years, focusing on holsters designed for Glock pistols that meet stringent durability and quality standards. This procurement is crucial for ensuring that FBI agents are equipped with reliable and compliant tactical gear, with an anticipated total contract value of $4.9 million—$2 million for concealment holsters and $2.9 million for tactical holsters. Interested vendors should contact Brian Ames at bames@fbi.gov for further details and must adhere to the submission requirements outlined in the attached Request for Proposal (RFP).
    Protective Clothing FE Warren AFB 12393
    Buyer not available
    The Department of Defense, specifically the Air Force Materiel Command, is seeking qualified vendors to provide protective clothing services for the 583rd Missile Maintenance Squadron at FE Warren Air Force Base in Wyoming. The contract entails leasing, cleaning, repairing, and tracking a total of 210 coveralls, ensuring compliance with military and commercial standards, with an initial term of one year and four optional years. These services are crucial for maintaining safety and compliance within the military environment, emphasizing timely delivery, inventory control, and adherence to cleaning standards. Interested parties should contact Rachel Wright at rachel.wright.9@us.af.mil or Melissa Huston at melissa.huston.2@us.af.mil for further information and to express their interest in participating in the proposal process.