FPS PPE Requirement - RFQ 70RFP324QE3000010
ID: 70RFP324QE3000010Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 3 ACQ DIVPHILADELPHIA, PA, 19106, USA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

CLOTHING, SPECIAL PURPOSE (8415)

Set Aside

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

    The Department of Homeland Security's Federal Protective Service (FPS) is soliciting quotations for a Blanket Purchase Agreement (BPA) to procure Personal Protective Equipment (PPE) under RFQ 70RFP324QE3000010. The procurement includes a range of safety gear such as helmets, trousers, jackets, tactical gloves, flight suits, balaclavas, and fire-retardant boots, with specific quantities required for the period from October 1, 2024, to September 30, 2025. This equipment is crucial for ensuring the safety and operational effectiveness of FPS personnel. Proposals must be submitted in writing via email to Ryan Fitzpatrick by September 18, 2024, at 5:00 PM ET, and interested vendors are encouraged to review the detailed requirements and guidelines outlined in the solicitation documents.

    Files
    Title
    Posted
    The U.S. Department of Homeland Security (DHS), specifically the Federal Protective Service (FPS), has issued an amendment to solicitation number 70RFP324QE3000010 for a Blanket Purchase Agreement (BPA) focused on Personal Protective Equipment (PPE). This amendment extends the submission period for offers until September 6, 2024, at 5:00 PM ET, allowing potential contractors additional time to prepare responses following clarification of solicitation questions. Interested parties must acknowledge receipt of this amendment in their offer submissions, or they risk rejection of their offers. The document outlines administrative procedures regarding the modification of contracts and emphasizes the importance of adhering to submission guidelines. The amendment signifies an effort to ensure clarity and facilitate procurement processes within the DHS. Contact information for key officials managing the solicitation process is provided to assist prospective offerors.
    The U.S. Department of Homeland Security's Federal Protective Service (FPS) is amending a solicitation for quotations related to a single award Blanket Purchase Agreement (BPA) for Personal Protective Equipment (PPE). This amendment extends the solicitation deadline to September 18, 2024, at 5:00 PM ET, and reaffirms that all other terms and conditions remain unchanged. Offers must acknowledge receipt of the amendment via specified methods to be considered valid. The document includes administrative details, such as contact information for Ryan Fitzpatrick and Marcus Mason, and stresses the importance of submission compliance to avoid rejection. The overall goal is to establish procurement processes that ensure the supply of PPE necessary for operational needs within the FPS. This solicitation is a standard practice within government contracting to procure essential supplies efficiently while adhering to federal regulations and processes.
    The document outlines an amendment to a Federal Request for Proposals (RFP) from the Department of Homeland Security (DHS), specifically regarding a Blanket Purchase Agreement (BPA) for Personal Protective Equipment (PPE). The amendment aims to provide responses to vendor inquiries related to the initial solicitation and clarifies that these answers do not constitute changes to the terms and conditions unless explicitly noted. Offers must acknowledge receipt of this amendment by specified methods before the deadlines to avoid rejection. Additional details include contact information for responsible parties and the reaffirmation that all other terms remain unchanged. This amendment exemplifies the structured approach used in federal procurement processes to maintain clarity and compliance among vendors while addressing their questions.
    The document pertains to a federal solicitation for Personal Protective Equipment (PPE) and outlines specific requirements and guidelines for vendors responding to the Request for Quote (RFQ). Key points from the solicitation include a prohibition on partial bids, detailing that offerors must provide firm fixed pricing for a five-year period and include complete proposals that demonstrate compliance with specified salient characteristics. The RFQ is detailed in the Statement of Work (SOW), which specifies helmet sizes, colors for items like flight suits and balaclavas, and procedures for acceptable product equivalencies. Vendors are required to submit supporting documentation for any non-brand name items proposed. The document also indicates the closing date for proposals and emphasizes the importance of adherence to the specifications outlined in the SOW for technical acceptability. Overall, it aims to ensure that all proposals meet the necessary safety and performance standards for government procurement.
    The U.S. Department of Homeland Security's Federal Protective Service (FPS) is soliciting quotations for a Blanket Purchase Agreement (BPA) to procure Personal Protective Equipment (PPE) as detailed in the accompanying Statement of Work (SOW). The RFP outlines the requirement for various safety gear, including safety helmets, trousers, jackets, tactical gloves, flight suits, balaclavas, and fire-retardant boots, with specified quantities for each item effective from October 1, 2024, to September 30, 2025. The solicitation highlights the intention for an unrestricted bidding process open to small businesses, including service-disabled veteran-owned (SDVOSB) and economically disadvantaged women-owned small businesses (EDWOSB). The document specifies essential dates, including an offer due date of August 23, 2024, and emphasizes compliance with relevant federal acquisition regulations. The solicitation indicates that proposals must follow the outlined terms and conditions, ensuring that delivered items align with specified standards and requirements for safety and rescue equipment. The FPS aims to ensure quality in the procurement of essential gear necessary for operational safety and effectiveness.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    84--Ballistic Helmets
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified vendors to provide ballistic helmets through a combined synopsis/solicitation process. The procurement aims to acquire commercial items that meet or exceed specified requirements, with the solicitation number PR20143505 issued as a Request for Quote (RFQ). These helmets are critical for ensuring the safety and protection of personnel in border enforcement operations. Interested sellers must submit their bids via the Unison Marketplace platform by September 19, 2024, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    LE-FAMS Tactical Gear/Equipment (Brand Name)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking quotes from qualified 8(a) Program Participants for the procurement of tactical gear and equipment for the Law Enforcement Federal Air Marshal Services (LE-FAMS). This procurement aims to acquire specialized brand-name items, including ballistic armor plates and communication devices, essential for enhancing operational efficiency and safety in transportation security operations. The contract will be awarded based on a Lowest Price Technically Acceptable evaluation process, with firm fixed-price quotes due by 12:00 PM EST on September 23, 2024. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can direct inquiries to Contracting Officer Chantay Lynch at Chantay.Lynch@tsa.dhs.gov or by phone at 609-813-3040.
    42--GEAR,FIRE PROTECTIV
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of fire protective gear, specifically NSN 4210017186978, with a requirement for 40 units. This solicitation is part of a total small business set-aside and aims to ensure that qualified small businesses can participate in providing essential safety equipment for military personnel. The gear is critical for ensuring the safety and protection of service members in various operational environments. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 93 days after the award date.
    USMS IDIQ Body Armor
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS), a component of the Department of Justice, is seeking proposals for a Single Award Indefinite Delivery, Indefinite Quantity (SA-IDIQ) contract to supply ballistic protective systems (body armor) for its Deputy U.S. Marshals. The contract aims to provide essential body armor components necessary for the USMS to fulfill its law enforcement responsibilities, including court security, fugitive apprehension, and witness protection. This procurement is critical for ensuring the safety and operational readiness of USMS personnel, with proposals due by October 4, 2024. Interested vendors must contact Julie Simpson at julie.simpson@usdoj.gov for the full solicitation and are encouraged to submit any questions by September 18, 2024.
    Plate Carriers and Helmets
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the procurement of plate carriers and helmets under solicitation number W50S72-24-Q-7315. This Request for Quotation (RFQ) is set aside entirely for small businesses and seeks to acquire specific personal protective equipment, including various sizes of plate carriers and high cut advanced combat helmets that meet National Institute of Justice (NIJ) standards. The equipment is crucial for ensuring the safety and operational readiness of personnel, reflecting the government's commitment to sourcing compliant and effective protective gear. Interested vendors must submit their proposals by mail or email to MSgt Megan McCauley by the deadline, with all submissions requiring compliance with federal regulations and specifications outlined in the solicitation documents.
    ASHER Kits_Maxwell Air Force Base Fire Department
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking quotes from qualified small businesses for the procurement of Ballistic Protective Equipment (ASHER Kits) to enhance emergency response capabilities during active shooter incidents. The requirement includes specific items such as the F1R Universal Fire Carrier and NIJ Level IIIA ballistic armor panels, all compliant with NFPA 3000 standards, aimed at ensuring the safety and operational readiness of Fire & Emergency Services and Security Forces personnel. Interested contractors must submit their quotes by 12:00 P.M. CST on September 20, 2024, to the designated contacts, Dinah Young-Perdue and Donald Crawford, with the procurement being a total small business set-aside under NAICS code 315990.
    PSO Services throughout Massachusetts, Rhode Island & Connecticut
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through its Federal Protective Service, is seeking proposals for Protective Security Officer (PSO) services across Western Massachusetts, Rhode Island, and Connecticut. The procurement aims to secure armed PSO services to protect federal personnel and property at various locations, with a total estimated requirement of 1,537,500 service hours over a five-year period, from May 1, 2025, to April 30, 2030. This opportunity is structured as a Total Small Business Set-Aside, emphasizing the importance of technical capabilities and quality of service over price, with a minimum contract guarantee of $100,000. Interested small businesses must submit proposals by October 14, 2024, and can direct inquiries to primary contact Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov or secondary contact Todd Wanner at todd.m.wanner@fps.dhs.gov.
    RFP - Protective Security Officer (PSO) Services - Southern New Jersey
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is soliciting proposals for armed Protective Security Officer (PSO) services in Southern New Jersey, as outlined in RFP 70RFP324RE3000001. The contract will encompass a one-year base period starting December 1, 2024, with four additional one-year options extending through November 30, 2029, aimed at safeguarding federal personnel and property at federally owned and leased facilities. This procurement is critical for enhancing security measures in the region, with an estimated requirement of 87,015 PSO hours annually. Interested vendors must submit their proposals by September 30, 2024, at 5 PM ET, and are required to register with SAM.gov. For further inquiries, contact Ryan Fitzpatrick at ryan.t.fitzpatrick@fps.dhs.gov or Melissa Stolle at melissa.stolle@fps.dhs.gov.
    VSS Installation
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Protective Service (FPS) is seeking a contractor for the installation of a new Video Surveillance System (VSS) at the Denver Federal Center, Building 56. The contractor will be responsible for purchasing and installing a stand-alone network video management system, with all work to be completed within 90 business days following the Notice to Proceed. This procurement is critical for enhancing security measures at federal facilities and is set aside exclusively for small businesses, with a firm-fixed price contract anticipated. Interested contractors must acknowledge receipt of amendments to the solicitation and submit their proposals by the extended deadline of October 15, 2024, at 0900 PDT. For further inquiries, potential bidders can contact Lynn Miller at lynn.e.miller@fps.dhs.gov.
    RIANG 143CES Plate Carrier Vests
    Active
    Dept Of Defense
    The Department of Defense, through the Rhode Island Air National Guard, is soliciting proposals for the procurement of 80 Plate Carrier Vests under solicitation W50S94-24-Q-0023. These vests must meet specific requirements, including various size options and features such as quick-connect buckles, antimicrobial and flame-resistant materials, and multiple attachment points, to ensure operational readiness. The contract will be awarded based solely on price, contingent on available government funds, with proposals due by 10:00 AM EST on September 25, 2024. Interested vendors must be registered with the System for Award Management (SAM) and can direct inquiries to MSgt Sandra Yazidjian at sandra.e.yazidjian.mil@army.mil, with a deadline for questions set for Noon, EST, on September 20, 2024.