Manikin Flammability Testing for Flame Resistant Clothing
ID: W911QY-25-P-A006Type: Special Notice
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

CLOTHING, SPECIAL PURPOSE (8415)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army's Product Manager for Soldier Clothing and Individual Equipment (PMSCIE), is seeking to award a firm fixed-price contract for Manikin Flammability Testing of Flame Resistant Clothing. This procurement aims to evaluate Commercial-off-the-Shelf (COTS) items and perform verification testing of the flame-resistant capabilities of various soldier clothing items, including the Flame Resistant Army Combat Uniform and other specialized gear. The testing is crucial for ensuring the safety and effectiveness of these items in operational environments. Interested parties must provide evidence of their capability to compete by April 15, 2025, at 3 PM EST, and inquiries should be directed to Michael Harris at michael.l.harris88.civ@army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Protective Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of protective equipment through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses and falls under the NAICS code 314999, which pertains to all other miscellaneous textile product mills, with a focus on special purpose clothing as indicated by the PSC code 8415. The protective equipment is essential for ensuring the safety and operational readiness of military personnel. Interested vendors should direct inquiries to Timothy Ruck at timothy.e.ruck.civ@army.mil or call 573-563-4010 for further details regarding the submission process and requirements.
    Advanced Technology Anti-Gravity Suit (ATAGS) RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources capable of evaluating Elevate Textiles' W5955 fabric for use in Advanced Technology Anti-Gravity Suits (ATAGS) and Legacy G-suits. The procurement aims to address obsolescence challenges associated with current materials, with a one-time acquisition planned for fiscal year 2026. The selected contractor will be responsible for testing the W5955 fabric according to ASTM and AATCC methods, providing all necessary equipment and materials, and delivering a comprehensive Test Report. Interested parties must submit their responses by October 30, 2025, detailing their capabilities and past experience in textile testing for military applications, with inquiries directed to Shemica Miller at shemica.miller@us.af.mil or John Middlebrooks at john.middlebrooks@us.af.mil.
    MC & NWU APECS Trousers
    Dept Of Defense
    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.
    TOG Colonial Uniform
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide historically accurate Colonial uniforms for the 3rd U.S. Infantry Regiment (The Old Guard), including the Fife and Drum Corps and Commander-in-Chief's Guard. The procurement involves the supply of 740 sets of uniforms, which include red and blue greatcoats, ivory waistcoats, and ivory breeches, all crafted to reflect the style and craftsmanship of the Revolutionary War era for ceremonial duties and educational outreach. This initiative underscores the Army's commitment to honoring its historical roots through visual representation. Interested parties are encouraged to submit information regarding their capabilities by January 11, 2026, with the primary contacts being MAJ Paul Kilgore at paul.m.kilgore.mil@army.mil and MAJ Tavon Cooper at tavon.m.cooper.mil@army.mil. The anticipated contract type is Firm Fixed Price, and the period of performance is 180 days from contract award, with delivery to Fort Myer, Virginia.
    Self-Contained Breathing Apparatus (SCBA) Annual Testing
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, North Carolina, is soliciting quotes for the annual testing of Self-Contained Breathing Apparatus (SCBA) equipment. The procurement involves comprehensive flow testing services for MSA G1 SCBA packs, masks, RIT packs, and escape packs, ensuring compliance with NFPA 1852 standards to maintain the safety and operational readiness of critical firefighting equipment. This contract, valued at $19,500,000, includes a base year and four option years, with services scheduled to commence on January 1, 2026, and conclude on December 31, 2030. Interested vendors must submit their quotes via email to the designated contacts by the deadline of December 16, 2025.
    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).
    USAFA Parkas
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force Academy (USAFA), is seeking qualified small businesses to provide men's and women's parkas under a combined synopsis/solicitation (RFQ FA700026Q0004). The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the delivery of 400 women's parkas and 800 men's parkas annually, adhering to strict specifications and quality standards outlined in the provided documentation. These parkas are integral to the Dress Uniform for USAFA cadets, emphasizing the importance of compliance with military standards and the Berry Amendment for domestic sourcing. Interested vendors must submit firm-fixed price quotes by December 16, 2025, at 10:00 AM MST, and can reach out to primary contact Ronald Wilson at ronald.wilson.26@us.af.mil or secondary contact Wanda Farr at wanda.farr@us.af.mil for further inquiries.
    Tailor Made Flight Suits for Members of the Naval Flight Demonstration Squadron.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified contractors to provide tailor-made flight suits for members of the Naval Flight Demonstration Squadron. These uniforms must adhere to specific safety, operational, and mission requirements, reflecting the iconic design and uniformity essential for the squadron's public appearances. Interested contractors are required to submit four prototypes in various colors for qualification testing, with the anticipated contract awards expected to begin in August 2025. For further inquiries, potential bidders can contact Robert S. Edwards at robert.s.edwards42.civ@us.navy.mil.
    Military Unique Sustainment Technology III (MUST-III) Research and Development SP4701-26-B-0001
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking research and development partners for the Military Unique Sustainment Technology III (MUST-III) program, aimed at enhancing the Department of Defense's clothing and textile supply chain. This initiative focuses on leveraging advancements in digital design and manufacturing technologies to improve agility and efficiency in producing Advanced Clothing and Individual Equipment (CIE). The DLA plans to invest up to $50 million from FY2026-2030, with an initial 45-day window for submitting cost and technical proposals for Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, followed by opportunities for White Paper submissions. Interested parties can direct inquiries to Andrea Nicolucci at Andrea.Nicolucci@dla.mil, with the initial proposal deadline set for 45 days after the announcement.
    BPA - Clothing, Special Purpose PSC 8415
    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 the supply of special purpose clothing under the PSC code 8415 and NAICS code 315990. Interested vendors must demonstrate their capabilities and expertise by providing a cover sheet, a price list, and at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring the availability of specialized clothing for defense operations, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or by phone at 301-744-6674.