Missouri Bids > Bid Detail

Level B HAZMAT Suits

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159751321173626
Posted Date: Mar 8, 2023
Due Date: Mar 13, 2023
Solicitation No: W911S723Q0005
Source: https://sam.gov/opp/8fec9329c0...
Follow
Level B HAZMAT Suits
Active
Contract Opportunity
Notice ID
W911S723Q0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT LEONARD WOOD
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 08, 2023 02:24 pm CST
  • Original Response Date: Mar 13, 2023 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: 8415 - CLOTHING, SPECIAL PURPOSE
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Fort Leonard Wood , MO 65473
    USA
Description

SOURCES SOUGHT SYNOPSIS



This is a Sources Sought Notice ONLY. Please DO NOT respond with quotes. The U.S. Government currently intends to award a contract to supply Level B Encapsulated training use hazmat suits and Level B training use hazmat suits for a requirements contract as a small business 8(a) set-aside.



SALIENT CHARACTERISTICS



Salient Characteristics



Level B Suit



The level B suit needs to be a coverall style including elastic wrist, attached hood and bootie with boot flap. Hood style should be an elastic face opening to allow for mask to be worn and the seams should be either surged or bound type. Material of the suit should be of Kappler Z100XP material or better. This suit will be used for training only and will not be exposed to any hazardous materials! Sizes required are from Small to 4X.



Encapsulated Level B Suit



The encapsulated level B suit needs to have an expanded back to allow for space so the wearer can don the desired Self Contained Breathing Apparatus (SCBA). It needs a large-view face shield with at least one exhaust post, no vent valve is required. Must have sewed on butyl gloves or equal and attached bootie with boot flap. Required single taped seams or better and storm flap and at a minimum a cloth zipper. Material of the suit needs be of Kappler Z100XP material or better. Require a rear entry but is not required. This suit will be used for training only and will not be exposed to any hazardous materials! Sizes required are from Small to 4X.





Accordingly, the U.S. Government highly encourages all interested 8(a) small businesses to respond to this sources sought synopsis.



The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Section 8(a) Community to compete and perform a Firm Fixed Price Contract to service these items.





This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.





The NAICS code for this procurement action is: 339113.



The Size Standard is: 750 employees.





In response to this sources sought, please provide:





1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes@army.mil at 210-466-3015 or thomas.f.cavalier.civ@army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





2. Name of the firm, point of contact, phone number, email address, System of Awards Unique Entity Identification, CAGE code, identify business size (large business or a small business), and a statement regarding small business status (including small business 8(a) certification and the corresponding NAICS code.





3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.





4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.





5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.





6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.





7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.





8. Point of contact for this action is Mr. Thomas F. Cavalier, Contract Specialist. Inquiries will only be addressed by email to: thomas.f.cavalier.civ@army.mil and Alfreda M. Dupont, Contracting Officer, at Alfreda.m.dupont2.civ@army.mil.




Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 8112 NEBRASKA AVE
  • FORT LEONARD WOOD , MO 65473-0140
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 08, 2023 02:24 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >