All-Purpose Personal Protective Equipment Modernization (AP-PPE Mod) ensembles
ID: W911QY25RA017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

Cut and Sew Apparel Contractors (315210)

PSC

CLOTHING, SPECIAL PURPOSE (8415)

Set Aside

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

    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, Natick Division, is seeking proposals for the production, packaging, and delivery of up to 26,000 All-Purpose Personal Protective Equipment Modernization (AP-PPE Mod) ensembles. This procurement is specifically aimed at small businesses and includes a five-year indefinite-delivery/indefinite-quantity (IDIQ) contract, with a minimum value of $150.00, focusing on garments designed to protect military personnel from chemical and biological threats. The selected contractor must comply with stringent quality standards, including ISO 9001 certification and W. L. Gore certification for working with specialized materials, and will be evaluated based on technical capability, quality, past performance, and cost. Interested vendors must submit their proposals by August 8, 2025, and direct any inquiries to Andrew Richard at andrew.j.richard12.civ@army.mil or Christine Halamoutis at christine.m.halamoutis.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government purchase description outlines the detailed requirements for the All-Purpose Personal Protective Ensemble Modernized (AP-PPE MOD) Overgarment for military personnel. It specifies materials, garment patterns, construction, and testing protocols. The overgarment is designed to protect against chemical warfare agents for up to 24 hours, utilizing specialized static and stretch laminate materials from W.L. Gore & Associates, Inc. The document details applicable government and non-government standards, including those for fasteners, zippers, threads, webbing, environmental testing, and fabric performance. It also covers design, material properties, color, components, labeling, construction, finished dimensions, and toxicity requirements. Quality assurance is emphasized through first article tests, production lot testing, material acceptance testing, and detailed visual examinations for defects. Packaging requirements, including unit pack barrier bags and exterior shipping containers, are also thoroughly described, ensuring proper preservation and identification of the garments. The document underscores the need for Berry Compliant materials and adherence to various military and commercial specifications.
    This government file outlines a multi-year procurement contract for AP-PPE (All-Purpose Personal Protective Equipment) Mod suits, spanning a base year and four option years (Year 2 to Year 5). The contract includes various Contract Line Items (CLINs) for First Article Testing, production quantities of AP-PPE, and CDRLs (Contract Data Requirements Lists). A key aspect of this procurement is the use of a Reiterative Linear Pricing (RLP) approach, represented by the equation y=mx+b, to calculate pricing across varying quantities. This method allows the Government flexibility to order units within minimum and maximum thresholds each quarter, adapting to funding availability and need. The contractor is required to propose unit prices for specific quantity points, which will then be used to establish a series of linear equations for price calculation. The document emphasizes the Government's need for efficient ordering and minimized administrative burden, achieved through this RLP framework. It also details the description for each CLIN, specifying the type of AP-PPE ensembles and referencing attachment 1 for sizing tariffs.
    This government file details a series of questions and responses related to a federal Request for Proposal (RFP). Key inquiries from potential vendors include the availability of government patterns for costing, the omission of critical sections like packaging and marking from the solicitation, and the absence of required certifications and representations. The government's responses clarify that pattern information is in the provided Purchase Description (PD), confirms the inclusion of omitted sections in an upcoming amendment, and states that patterns specified in the PD should guide pricing for all sizes. Additionally, the government has agreed to extend the RFP deadline to August 7, 2025, and the Q&A deadline to July 31, 2025, to accommodate these changes and amendments.
    This document addresses a vendor's questions regarding a federal solicitation, specifically concerning the availability of government patterns for costing and the omission of Sections D (PACKAGING AND MARKING) and H (SPECIAL CONTRACT REQUIREMENTS). The government's response clarifies that the necessary information, including packaging patterns, is provided within the Purchase Description (PD). Furthermore, the vendor is instructed to propose a single price that encompasses all 12 specified sizes of the product, indicating a consolidated pricing approach is required for the bid.
    The document outlines the Purchase Description for the All Purpose-Personal Protective Ensemble Modernized (AP-PPE MOD) tailored for military personnel. It details the specifications, including materials, sizes (XSMALL to XX-LARGE), applicable standards, and testing requirements to ensure compliance and quality. The ensemble’s design incorporates a coverall construction with specific features such as a hood, multiple pockets, and protective closures, focusing on usability and durability. Materials are sourced from approved suppliers and must meet stringent performance standards against chemical warfare agents, emphasizing safety and reliability. The document includes criteria for first article testing, environmental considerations, and various inspections to ensure quality assurance throughout production. Verification includes first article tests and sampling inspections for production lots, detailing the defect classification system and acceptable limits for critical, major, and minor defects. Overall, the specification highlights the government’s commitment to providing effective protective gear for military personnel, underscoring compliance with health, safety, and operational standards.
    The document outlines the Purchase Description for the All Purpose-Personal Protective Ensemble Modernized (AP-PPE MOD) overgarment intended for military personnel. It details specifications for materials, design, construction, and performance requirements, emphasizing compliance with military standards and environmental considerations. The overgarment is available in Alpha Green/Black in various sizes, utilizing recycled or biobased materials wherever possible. Key materials include protective static and stretch laminates from W.L. Gore with strict performance metrics against chemical warfare agents. Testing includes seam strength, hydrostatic resistance, and toxicity assessments. The garment's construction is governed by prescribed patterns, ensuring consistent quality and craftsmanship. An extensive defect classification system is established for ensuring high quality control during inspection processes. Packaging requirements emphasize military standards for preservation and display, ensuring durability and protection against contamination. This document aims to inform potential contractors about requirements for bid proposals in the context of government RFPs, underpinning the commitment to developing high-quality, protective gear for military personnel.
    The document outlines a federal Request for Proposal (RFP) centered around the acquisition of Advanced Personal Protective Equipment (AP-PPE) ensembles over multiple years. It comprises several Contract Line Item Numbers (CLINs), with varying types indicating fixed prices (FFP) and non-specified prices (NSP). Key components include the First Article Test for AP-PPE Mod suits, with each size requiring testing, and the provision of AP-PPE ensembles across four years, as detailed in attached sizing tariff documents. The RFP covers unit pricing for quantities ranging from small lots (up to 400 units) to larger lots (over 2400 units), with the document emphasizing adherence to specific unit pricing structures. Its purpose is to solicit qualified vendors capable of fulfilling these requirements while ensuring compliance with outlined specifications. Overall, the RFP reflects the government's commitment to maintaining standards in public health and safety through proper procurement of protective gear.
    The government document outlines a federal Request for Proposals (RFP) regarding the procurement of AP-PPE Mod suits across a five-year span. It specifies multiple Contract Line Item Numbers (CLINs) for various testing and production phases, starting with First Article Testing (CLIN 0001) and continuing through to Year 5 of production (CLIN 0006). Each CLIN presents a range of quantities from 400 to 3,000 units, though all unit prices are marked as $0.00, indicating that prices will be determined later in the bidding process. The document includes a sense of structure with each CLIN associated with specific production years and quantities, accompanied by a requirement for Contract Data Requirements Lists (CDRLs) in CLIN 0003. Each CLIN is further delineated by attachments providing additional details on sizing and specifications. This RFP reflects a proactive government commitment to sourcing personal protective equipment, aiming to ensure readiness and compliance in potential emergencies. The overall intent emphasizes the importance of robust supply chain preparations for AP-PPE Mod suits for use in diverse applications.
    The government solicitation addresses inquiries related to the Request for Proposals (RFP) process, specifically regarding cost patterns and missing sections in the solicitation document. Interested vendors have queried for access to government patterns to assist with pricing and expressed concerns about omitted packaging information. In response, the government confirmed that relevant pattern information is included in the provided purchase description and indicated that an amendment would address the missing sections on packaging and special contract requirements. The RFP deadline has been extended by one week to August 7, 2025, along with an extension for the question and answer period to July 31, 2025. Vendors must submit a single price proposal covering all specified sizes outlined in the solicitation. Overall, the document outlines the communication between vendors and the government, clarifying expectations and adjustments to the RFP timelines to ensure compliance and encourage participation.
    The document addresses inquiries regarding a solicitation for a government contract, specifically about the absence of certain sections related to packaging, marking, and special contract requirements. The question raised concerns whether the omission was intentional and how it might impact pricing strategies. The government's response clarifies that the relevant information is included in the purchase description (PD). Vendors need to propose a single price for all specified item sizes. This communication emphasizes the importance of following provided guidelines in the RFP to accurately determine costs and fulfill contract requirements. Overall, the document highlights the need for vendors to be diligent in reviewing the PD for essential details regarding the contract and pricing.
    The provided file, likely a part of government RFPs or grants, is an instruction to open an embedded PDF portfolio using Adobe Acrobat X or Adobe Reader X, or later versions. It suggests obtaining Adobe Reader for optimal viewing. The document's primary purpose is to guide the user on how to access and view its content, indicating that the core information resides within a PDF portfolio. This is a common directive found in digital government documents, ensuring accessibility and proper display of complex files.
    The document outlines essential information regarding federal, state, and local Requests for Proposals (RFPs) and grants. It serves as a guide to understanding the solicitation processes for government contracts, emphasizing the importance of compliance with regulatory requirements. Key details include timelines for submissions, eligibility criteria for applicants, and specific focus areas for funding based on government priorities. The RFPs cover a wide range of projects aimed at improving community infrastructure, public services, and environmental sustainability. It stresses the necessity for thorough proposal preparation and adherence to budgetary constraints while demonstrating measurable outcomes. Overall, the document seeks to foster transparency and equitable access to government funding opportunities by providing clear instructions and support for applicants. Such guidance facilitates a competitive bidding environment that aligns with government objectives and supports innovative solutions across various sectors.
    This government solicitation, W911QY25RA017, issued by W6QK ACC-APG NATICK, seeks offers for All Purpose-Personal Protective Ensemble Modernized (AP-PPE MOD) garments for SOF military personnel. The contract is a rated order under the Defense Priorities and Allocations System (DPAS) and is a total small business set-aside. Key items include first article testing and AP-PPE Ensembles for a base year and four option years, all under a Firm Fixed Price arrangement. Inspection and acceptance will occur at destination (Aberdeen Proving Ground, MD) by W6DZ JPEO CBRND HQ, with some inspections by DCMA at origin. The contractor is responsible for transportation costs. The solicitation includes various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, notably requirements for item unique identification and valuation, and adherence to ISO 9001 Quality Management System. Offerors must comply with prompt payment terms, limitations on subcontracting, and post-award small business program rerepresentation requirements. The period for issuing orders is from September 2025 through September 2030.
    This government solicitation, W911QY25RA0170001, is a Request for Proposal (RFP) for All Purpose – Personal Protective Ensemble Modernized (AP-PPE MOD) Garments, a rated order under the Defense Priorities and Allocations System (DPAS). Issued by W6QK ACC-APG NATICK, the solicitation outlines requirements for a base year and four option years, including a first article test of twelve size tariffs. The contract specifies firm-fixed-price arrangements for all items. Key requirements include protection for SOF military personnel from Chemical/Biological (CB) contaminants, adherence to ISO 9001 quality management standards, and a First Article Approval-Government Testing clause requiring delivery of samples within 60 days. Inspection and acceptance will primarily occur at destination by the Government. The contractor is responsible for transportation costs. Contract administration details, including points of contact and electronic payment instructions via Wide Area WorkFlow (WAWF), are provided. The solicitation also incorporates numerous FAR and DFARS clauses covering areas such as small business subcontracting limitations, prompt payment, and unique item identification.
    This government solicitation, W911QY25RA0170002, issued by W6QK ACC-APG NATICK, outlines a Request for Proposal (RFP) for All Purpose-Personal Protective Equipment Modernization (AP-PPE Mod) cut and sew capability. The contract will be a hybrid, single-award indefinite-delivery/indefinite-quantity (IDIQ) with firm-fixed-price (FFP) for a five-year ordering period, with a minimum value of $150.00. This acquisition is a 100% small business set-aside under NAICS code 315210 (750-employee size standard). The RFP details requirements for first article testing of 12 garment size tariffs within 60 days, with government approval within 30 days. Inspection and acceptance will primarily occur at the destination (Aberdeen Proving Ground, MD). Payment requests and receiving reports must be submitted electronically via Wide Area WorkFlow (WAWF). The document also includes extensive FAR and DFARS clauses governing various aspects such as subcontracting limitations, small business rerepresentation, and unique item identification.
    This government solicitation (W911QY25RA0170003) is for a hybrid, single-award indefinite-delivery/indefinite-quantity (IDIQ) contract for All Purpose-Personal Protective Equipment Modernization (AP-PPE Mod) cut and sew capability. The contract has a five-year ordering period with a minimum value of $150.00. This acquisition is 100% set aside for small businesses under NAICS Code 315210 (750-employee size standard). The scope includes First Article Testing and AP-PPE Ensembles for a base year and four option years. The contractor is responsible for performing work in accordance with the Statement of Work, providing AP-PPE MOD garments for Chemical/Biological (CB) protection. Inspection and acceptance will occur at destination, with some inspections by DCMA at origin. The contractor is responsible for transportation costs. Payment requests and receiving reports must be submitted electronically via the Wide Area WorkFlow (WAWF) system. Key clauses include limitations on subcontracting, post-award small business rerepresentation, and item unique identification and valuation, requiring unique item identifiers for most delivered items.
    This government solicitation, W911QY25RA0170001, is a request for proposals for the All Purpose-Personal Protective Ensemble Modernized (AP-PPE MOD) garment. This contract is a rated order under the Defense Priorities and Allocations System (DPAS). The solicitation outlines requirements for the AP-PPE MOD garment, which provides protection for SOF military personnel from Chemical/Biological (CB) contaminants. The contract includes provisions for a First Article Test of twelve garments, followed by base year and four option years of AP-PPE Ensembles, all under firm-fixed-price arrangements. Key aspects include inspection and acceptance at destination/Government facilities, with some inspections by DCMA at origin. The contractor is responsible for transportation costs. The document incorporates various FAR and DFARS clauses, including those related to unique item identification and valuation, small business programs, and limitations on subcontracting. Offerors must comply with a higher-level quality standard (ISO 9001) and are subject to first article approval by government testing. Payment instructions emphasize electronic submission through Wide Area WorkFlow (WAWF).
    This government file, an amendment to solicitation/modification of contract W911QY25RA017, outlines key changes to contract clauses and provides detailed instructions for contractors. Specifically, it removes FAR clause 52.217-5 (Evaluation of Options) and modifies DFARS 252.211-7003 (Item Unique Identification and Valuation) and FAR 52.209-4 (First Article Approval-Government Testing). The amendment details requirements for unique item identification (IUID), including marking, data elements, and reporting procedures for delivered items, subassemblies, and embedded components. It specifies that items with a government unit acquisition cost of $5,000 or more, or those otherwise identified, require IUID. Contractors are responsible for assigning unique identifiers, using 2D data matrix symbology, and reporting IUID data via Wide Area WorkFlow (WAWF) or direct submission to the IUID Registry. The document also provides updated first article testing requirements for 12 garments, specifying delivery within 60 days and a 30-day government response time for approval or disapproval, with all associated costs borne by the contractor. The amendment also adds a date for submitting questions regarding the RFP posting on SAM.gov.
    This document is an amendment to a solicitation for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for All-Purpose Personal Protective Equipment Modernization (AP-PPE Mod) cut and sew capability. The amendment clarifies submission requirements, updates clauses, and modifies evaluation factors. Key changes include extending the offer due date to August 7, 2025, and providing detailed instructions for proposal submission across six volumes: W. L. Gore Certification, Technical, Quality, Past Performance, Cost/Price, and Solicitation/Award Documents. Mandatory requirements include current W. L. Gore certification and ISO 9001 Quality Management System certification for offerors. Proposals will be evaluated on Technical (Cut & Sew Manufacturing), Quality, Past Performance, and Cost/Price, with non-cost factors collectively equal to cost. The government intends to make a single award based on the best value, reserving the right to award without discussions.
    This document is an amendment (0003) to Solicitation Number W911QY25RA017, updating the federal government's Request for Proposal (RFP) for the procurement of AP-PPE Mod ensembles. The primary purpose of this amendment is to extend the proposal submission deadline to August 8, 2025, at noon ET. It also introduces the government's option to use AI tools for proposal evaluation, while affirming that final decisions will remain with government personnel, ensuring data protection. Key changes include adding DFARS clause 252.227-7016 (Rights in Bid or Proposal Information) and modifying submission requirements for proposal volumes (W. L. Gore Certification, Technical, Quality, Past Performance, Cost/Price, and Solicitation/Award Documents). The evaluation factors remain Technical (Cut & Sew Manufacturing), Quality, Past Performance, and Cost/Price, ranked in descending order of importance, with non-cost factors combined being approximately equal to Cost/Price. Offerors must achieve at least an "Acceptable" rating for Technical and Quality, and "Unknown Confidence" for Past Performance to be considered for award.
    This document outlines the solicitation for the All Purpose - Personal Protective Ensemble Modernized (AP-PPE MOD) garment by the U.S. Government, indicating a need to ensure protection against chemical and biological agents for Special Operations Forces. The solicitation, designated as a Rated Order under the Defense Priorities and Allocations System (DPAS), provides a detailed framework for bidding, including specifications for delivering various sizes and models of the garment across multiple delivery years. Key sections include an opportunity for contractors to submit sealed bids, detailed offer submission instructions, and a structured table of contents outlining various documentation requirements, contract clauses, and inspection protocols. Pricing arrangements are primarily firm fixed prices, and the solicitation includes clauses to encourage minority and small business participation. Contractors are tasked with meeting stringent quality assurance standards, including ISO compliance, and must adhere to unique item identification procedures for accountability. The contract structure promotes governmental requirements for inspection, delivery schedules, and invoicing through electronic systems, ensuring the efficient handling of transactions. This solicitation reflects the government's ongoing commitment to maintaining a high standard of protective gear for military personnel.
    This document outlines a Solicitation for a contract under the Defense Priorities and Allocations System (DPAS) for supplying All Purpose - Personal Protective Ensembles Modernized (AP-PPE MOD) garments. The contractor must ensure delivery of specified protective clothing for military personnel, providing adequate protection against chemical and biological threats. It includes details on the proposal submission process, evaluation criteria, and compliance requirements. The contract specifies inspection and acceptance procedures, delivery schedules, and necessary documentation such as inspection reports. It also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses pertinent to the procurement process. The summary reflects the intent to establish clear guidelines for competitive proposal submissions, with priorities on quality assurance and regulatory compliance in the context of government procurement contracts. This initiative aims to enhance the safety and effective operational readiness of military personnel through specialized protective gear.
    The document outlines a government solicitation for an indefinite-delivery/indefinite-quantity (IDIQ) contract focused on the production of All Purpose-Personal Protective Equipment Modernization (AP-PPE Mod) garments for military personnel. The solicitation is fully set aside for small businesses, with a minimum contract value of $150, and an expected five-year ordering period. Proposals must be valid for 180 days after submission. The document details requirements for contractors to submit sealed bids for various items, including first article tests and ensembles for multiple years. It specifies the importance of adhering to government performance specifications and provides comprehensive terms related to inspection and acceptance of delivered products. The contractor is also responsible for ensuring compliance with higher-level quality standards and must handle all aspects of proposal submissions, contract administration, and delivery logistics. The overall aim is to enhance protective equipment for military personnel while adhering to established safety and regulatory standards. This solicitation emphasizes the government's intention to create competitive opportunities for qualified small businesses while ensuring quality and performance through detailed contractual obligations.
    The document outlines the amendment to a federal solicitation and details the required actions from contractors regarding their offers. Key components include a notice that the deadline for accepting offers may be extended, the necessity for contractors to acknowledge receipt of amendments, and the processes for modifying existing offers. Notably, it specifies contractor responsibilities concerning unique item identification and valuation under specific clauses, indicating compliance with government standards for tracking and evaluating delivered items. The amendment includes changes to contract clauses, particularly those regarding approval for first articles and the identification of deliverables, emphasizing the importance of precise documentation and testing requirements. Moreover, the document also highlights critical timelines, such as the deadline for submitting questions related to the RFP. Overall, this amendment reinforces compliance and accountability in federal contract processes, ensuring clear communication between the government and contractors.
    This government solicitation concerns a contract for procuring All Purpose - Personal Protective Ensemble Modernized (AP-PPE MOD) garments intended for Special Operations Forces (SOF) personnel's protection against chemical and biological contaminants. It includes specific requirements for first article testing across various sizes and stipulations for firm fixed pricing across multiple annual orders. The contractor must adhere to rigorous inspection and acceptance standards at designated locations, particularly under the supervision of the Defense Contract Management Agency (DCMA). The document outlines the conditions for delivery, payment, and invoicing via the Wide Area Workflow (WAWF) system, ensuring electronic processing of payment requests and reports. Moreover, it specifies clauses related to quality assurance, subcontracting limitations, and compliance with various Federal Acquisition Regulation (FAR) provisions to ensure ethical and legal obligations are met. Overall, the solicitation reflects strategic procurement efforts aimed at enhancing military personnel safety while adhering to operational standards and contractual obligations.
    The document serves as an amendment to a solicitation regarding the All Purpose-Personal Protective Equipment Modernization (AP-PPE Mod) for the U.S. government, which seeks to establish an indefinite-delivery/indefinite-quantity (IDIQ) contract for a period of five years, with an anticipated minimum contract value of $150. The solicitation outlines detailed proposal submission requirements, stating that proposals must be valid for 180 days and provide comprehensive documentation including technical, quality, and cost proposals. Key evaluation factors include W. L. Gore certification, technical cut and sew manufacturing capabilities, quality management processes, past performance, and pricing. Each proposal will be evaluated based on these criteria, emphasizing the importance of technical merit over cost. Proposals must be submitted electronically and adhere to specific formatting guidelines, with all submissions due by August 7, 2025. The document emphasizes compliance, detailing how proposals failing to meet the outlined criteria may be disregarded. Overall, the amendment seeks to facilitate a transparent and efficient procurement process while ensuring quality standards and competition among suppliers in the defense supply chain.
    Lifecycle
    Similar Opportunities
    Chemical Biological Mask Equipment Tester (CBMET) Modernization Effort
    Buyer not available
    The Department of Defense, specifically the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO-CBRND), is soliciting pre-proposals for the modernization of the Chemical Biological Mask Equipment Tester (CBMET) portfolio. The objective is to develop a consolidated testing solution that assesses mask fit and serviceability for current and future CBRN protective masks, addressing issues of obsolescence and material shortages. This initiative is critical for enhancing military personnel's mission effectiveness and defense capabilities against Weapons of Mass Destruction (WMD). Interested parties must submit their pre-proposals electronically to the designated contacts by 5:00 PM EST on December 22, 2025, with further inquiries directed to the provided email addresses.
    42--MASK,CHEMICAL-BIOLO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of chemical-biological masks, specifically NSN 4240017257016, with a total quantity of 26 units required for delivery to DLA Distribution San Joaquin. These masks are critical for ensuring the safety and protection of personnel in environments where chemical and biological threats may be present. The solicitation is a total small business set-aside, and interested vendors must submit their quotes electronically, as hard copies will not be available. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DIBBS website.
    Synopsis - M334 Decontamination Kit, Individual Equipment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a firm-fixed price, five-year indefinite delivery indefinite quantity contract for the procurement of the M334 Decontamination Kit, Individual Equipment. This procurement aims to secure an estimated total of 1,319,475 units, with a minimum guaranteed quantity of 33,960 units, which are essential for military decontamination operations. The solicitation, identified as W912CH-25-R-0078, is expected to be released within the next two months, and interested parties are encouraged to monitor SAM.gov for updates and amendments. For inquiries, potential bidders can contact Contract Specialist Danielle Campbell at danielle.r.campbell9.civ@army.mil.
    84--GLOVES,CHEMICAL PRO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of chemical protective gloves, specifically NSN 8415011382500. The solicitation includes multiple line items with a total quantity of 10,000 units to be delivered to Peckham Inc. within 163 days after order. These gloves are critical for individual protection in various defense operations, ensuring the safety of personnel in hazardous environments. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    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.
    Nosecup, Left Filter Mount
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal, is soliciting a firm-fixed-price contract for the procurement of "NOSECUP, LEFT FILTER MOUNT" components from Avon Protection Systems, Inc., specifically 25 extra-large and 30 medium units. These components are critical for gas masks and must adhere to military preservation, packing, and marking standards as outlined in MIL-STD-2073-1, with all shipments directed to the Blue Grass Army Depot. Interested vendors are required to complete First Article Testing and Production Lot Testing, with all associated costs borne by the contractor, and must submit their offers electronically by November 26, 2025, at 12:00 PM EST. For further inquiries, interested parties can contact CPT Catherine Castonguay at catherine.a.castonguay.mil@army.mil or by phone at 520-718-1801.
    PAD,MIDDLE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the PAD, MIDDLE, under a total small business set-aside contract. This procurement involves the production of specialized surgical dressing materials, which are critical for military medical operations and support. The contract will require compliance with various military standards and specifications, with a focus on quality assurance and inspection processes. Interested vendors should reach out to Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details, and they should be prepared to submit proposals in accordance with the outlined requirements.
    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.
    Soldier Protection Equipment - Vital Torso Protection
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking industry input for the development of Vital Torso Protection (VTP) ballistic armor through a Sources Sought notice. The Product Manager Soldier Protective Equipment (PdM SPE) is requesting white papers from vendors that detail their capabilities in producing a Lightweight Small Arms Protective Insert (LSAPI), focusing on two design solutions: a performance-sensitive option that meets stringent weight and ballistic standards, and a cost-effective alternative. This initiative is crucial for enhancing soldier safety and operational effectiveness, with a particular emphasis on achieving a ceramic-based solution that is lightweight and meets specific Army requirements. Interested vendors must submit their white papers, limited to 20 pages, within 45 days of the notice, and direct their submissions to Ms. Marianne Velez at marianne.e.velez.civ@army.mil and Ms. Theresa Quick at theresa.s.quick.civ@army.mil.
    Detector Kit, Chemical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for a firm-fixed price contract for 22 Chemical Detector Kits (NSN: 6665-01-706-8739, Manufacturer Part Number: 6001-000082-2), with an option for an additional 22 units. This procurement is critical for ensuring the availability of reliable hazard-detecting instruments, which play a vital role in military operations and safety protocols. Proposals must be submitted via email to Patricia Roussin at patricia.roussin@dla.mil by December 15, 2025, at 11:59 PM EST, and interested parties should note that a Technical Data Package is available on sam.gov, requiring a current DD 2345 for access. Compliance with specific packaging, marking, and delivery requirements is essential, with deliveries to be made FOB Destination to Pine Bluff, AR, within 90 days after contract award.