Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOLICITATION NOTICE

71 -- Joint Recruiting Facilities Bullet-Resisting Panels for CONUS & OCONUS Locations

Notice Date
9/12/2025 3:37:22 AM
 
Notice Type
Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F25QA066
 
Response Due
9/16/2025 12:00:00 PM
 
Archive Date
10/01/2025
 
Point of Contact
Michele Renkema, Phone: 402-995-2153, Jeffrey Wyant, Contracting Officer
 
E-Mail Address
michele.a.renkema@usace.army.mil, jeffrey.w.wyant@usace.army.mil
(michele.a.renkema@usace.army.mil, jeffrey.w.wyant@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Joint Recruiting Facilities Program (JRFP) has a requirement to provide bullet-resisting capability for the work spaces inside all identified Military Services (Services) recruiting offices or other government specified locations. Bullet-resisting capability signifies that protection is provided against complete penetration, passage of fragments of projectiles, or spalling [fragmentation] of the protective material, to the degree that injury would not occur to a person standing directly behind the bullet-resisting barrier. The Services are comprised of the following: 1) Air Force; 2) Air Force Reserve; 3) Air National Guard; 4) Army; 5) Army National Guard; and 6) Navy. The bullet-resisting capability required shall be met with the procurement of bullet-resisting panels certified at a Legacy Level 8 or UL-RF-H designation, under standard UL 752-2023 of the American National Standards Institute (ANSI)/Underwriters Laboratories (UL), �Bullet-Resisting Equipment,� to be installed up against existing cubicles, walls or in open areas. This solicitation is issued as a Firm Fixed-Price Single Award Task Order Contract (SATOC). Task Orders of varying dollar amounts will be awarded within a period extending up to five years.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/246988dc32d54bfbb9a5b21efbf5e9c3/view)
 
Place of Performance
Address: Omaha, NE, USA
Country: USA
 
Record
SN07589483-F 20250914/250912230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.