SOLICITATION NOTICE
84 -- Lightweight Body Armor Vests and Accessories
- Notice Date
- 9/12/2025 6:15:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- W7M8 USPFO ACTIVITY IAANG 185 SIOUX CITY IA 51111-1396 USA
- ZIP Code
- 51111-1396
- Solicitation Number
- W50S72-25-Q-7310
- Response Due
- 9/23/2025 8:00:00 AM
- Archive Date
- 10/08/2025
- Point of Contact
- Megan McCauley, Phone: 7122330514, Allison Harbit, Phone: 7122330512
- E-Mail Address
-
megan.mccauley@us.af.mil, allison.harbit@us.af.mil
(megan.mccauley@us.af.mil, allison.harbit@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This solicitation, W50S72-25-Q-7310, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05, effective 07 Aug 2025. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 339113 and the small business size standard is 800 employees. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Governments best interest. The following commercial items are requested in this solicitation: Required Line Items: 0001 � Lightweight Body Armor Vest Quantity: 62 EACH 5 Small, 20 Medium, 30 Large, 7 Extra Large Must weigh less than 2 pounds Operational Camouflage Pattern (OCP) or Multicam in color Emergency doffing capability Velcro front panel Stretch plate pockets Zippers on back to allow different modular design Cummerbund attachment Webbing loops on back of shoulder straps to support back panels Drag handle that supports at least 350 pounds 0002 � Tactical Cummerbund. Quantity: 62 EACH 25 Small/Medium, 37 Large/Extra Large Operational Camouflage Pattern (OCP) or Multicam in color Heavy duty elastic material Emergency doffing capability Compatible with Line Item 0001 0003 � Side Plate Pouch Set (left and right). Quantity: 62 EACH Stretch material that can hold at least 6x6 inch plate Operational Camouflage Pattern (OCP) or Multicam in color Ambidextrous design to allow attachment to left or right of Line Item 0001 0004 � Detachable M4 Flap. Quantity: 62 EACH Operational Camouflage Pattern (OCP) or Multicam in color Detachable Velcro that holds at least 3 M4 magazine pouches Compatible with Line Item 0001 0005 � Admin Pouch. Quantity: 62 EACH Operational Camouflage Pattern (OCP) or Multicam in color Compact design Front and back Velcro to secure to Line Item 0001 Stiffened side straps 0006 � Padded Shoulder Covers. Quantity: 62 EACH Operational Camouflage Pattern (OCP) or Multicam in color One size fits most Velcro closures Emergency doffing capability Removable foam insert Compatible with Line Item 0001 SUBMISSION REQUIREMENTS/RFQ TERMS: 1. Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or UEI Number: Place of Manufacture (Required): Anticipated Delivery Time After Receipt of Order (ARO): F.O.B. (if origin, please provide cost): Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below. Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov. Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. Failure to provide representations and certifications form, or have them completed within SAM profile will render the quote non-responsive, and it will not be considered for award. 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov. Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 5. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. 6. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Contractors shall not quote sales prices that will expire before 30 September 2025. 7. Questions regarding this solicitation shall be emailed to MSgt Megan McCauley, no later than 10:00 AM Central on Wednesday, 17 September 2025. Questions and Answers will be consolidated into a single Question and Answer document on a non-attribution basis and posted to the solicitation. 8. Proposals are due at: 185ARW/MSC ATTN: MSgt Megan McCauley 2920 Headquarters Avenue Sioux City, IA 51111-1300. It is the vendor�s responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0565ff7f9c484915ab0ec8d881094c97/view)
- Place of Performance
- Address: Sioux City, IA 51111, USA
- Zip Code: 51111
- Country: USA
- Zip Code: 51111
- Record
- SN07589522-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 |