Federal Bid

Last Updated on 16 Sep 2021 at 6 PM
Combined Synopsis/Solicitation
Washington District of columbia

Fire Scene Personal Protective Ensembles (PPE)

Solicitation ID DJA-21-ALAB-PR-0576
Posted Date 16 Sep 2021 at 6 PM
Archive Date 05 Oct 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Atf
Agency Department Of Justice
Location Washington District of columbia United states 20226

The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires Brand Name or equal to ‘Fire-dex’ Fire Scene Personal Protective Equipment (PPE) the attached Salient Characteristics and Statement of Objective (SOO). 

This requirement is set-aside for Small Businesses under the North American Industry Classification System code 332510C and 339113PA.

Firms shall submit Quotes via email to the Contracting Specialist (CS)/Primary Point of Contact (PPOC) listed in this Notice, Cheryl Hickman, by 3:00 pm Eastern Standard Time (EST) Saturday, September 18, 2021, to be considered and addressed.

Summary

BRAND NAME OR EQUAL TO ‘FIRE-Dex’ for 31 NEW pants and coats for protective ensembles meeting or exceeding the NFPA 1951 Standard for Protective Ensembles (PPE) for Technical Rescue Incidents for rescue and recovery. The ensembles must comply with all applicable industry, state, and federal regulations.  The ensemble must include a separate coat and pant and meet or exceed the Technical Requirements listed in the table below. The Fire Research Laboratory – Washington DC (FRL-W) personnel are routinely exposed to fire debris in laboratory and field conditions. To protect employees from known carcinogens found in fire debris, flame-resistant personal-protective ensembles (PPE) with an integral moisture barrier is required.

 

Minimum Technical Requirements to meet or exceed:

Certifications

All materials and construction will meet or exceed NFPA Standard #1951 and NFPA Standard #1999, current edition.

All components used in the construction of these garments shall be tested for compliance to NFPA 1951 and NFPA 1999.

The independent testing laboratory shall certify compliance to that standard.

All garments shall carry the testing laboratory certification label.

The outer shell of each protective garment shall have a garment label permanently and conspicuously attached to each layer.

Vendor must complete table below and include in quote:

Test

NFPA 1977 - 2016

NFPA 1951-2013

Vendor

Spec

Spec

Spec


 

Construction

Radiant Protective Performance (RPP)

>= 7.0

N/A

Thermal Protective Performance (TPP)

N/A

>= 10

Flame Resistance

< 4.0 inches

< 4.0 inches

As Received

After 100 launderings

Heat and Thermal Shrinkage

<= 10.0%

<= 10%

Total Heat Loss

>= 450

>=650

Tear Resistance

>= 5 lbs

>=6.75 lbs

Cleaning Shrinkage

<= 5.0%

<= 5.0%

Breaking Strength

N/A

>= 90 lbs

SALIENT CHARACTERISTICS: 

 

  1. COAT SPECIFICATIONS

Coat Outer Shell: 33" (Standard for EMS/USAR), 6.5 oz TECGEN51, Navy Blue

Coat Thermal Liner: (USARFLEECE) USARFLEECE

Coat Moisture Barrier: (SR) SR- Crosstech

Coat Closures: XC40 Zipper / Woven Hook and Loop

Coat Trim Style: 3" NFPA Standard 3M™ ScotchLite™ Comfort Trim, Silver

COAT PATTERN, LINER, PATCHES AND LABELS OPTIONS

XMEFL Nomex® American Flag, Left Arm

LETTERING

Text: ATF

Pos: 2, 3" Scotchlite™ Lime, XL00 - Sewn Direct Lettering

COAT REINFORCEMENTS

Cuff Reinforcement: Standard Cuff, Shell Material, Main Shell Color

Elbow Reinforcement: No Reinforcement

COAT MIC CLIPS AND STRAPS

XM61 Fabric Hook & Loop cuff adjusters

Left Qty: 1, Right Qty: 1

XMCLP Mic Clip: 1" x 2" Shell Material

Left Qty: 1, Right Qty: 1

COAT POCKETS

Chest Pocket - Left: (XP86) Patch Pocket 8 x 6"

Chest Pocket - Right: (XP11) Radio Pocket 9 x 3 x 2

Hand Pocket - Left: (XP34) Semi Bellow, Handwarmer 9 x 9 x 2

Hand Pocket - Right: (XP34) Semi Bellow, Handwarmer 9 x 9 x 2

COAT SPECIAL REQUEST

Move American Flag to Right Shoulder

CUSTOM COAT OPTIONS

Sew on customer supplied patch to left shoulder

  1. PANT SPECIFICATIONS

Pant Rear Panel: No Rear Panel

Pant Outer Shell: 6.5 oz TECGEN51 - Navy Blue

Pant Moisture Barrier: (SR) SR- Crosstech

Pant Closures: XCEWP40 Zipper / Hook & Loop, with Partial Elastic

Pant Trim Style: 3" around cuffs - 3M™ ScotchLite™ Comfort Trim, Silver

PANT PATTERN, LINER, PATCHES AND LABELS OPTIONS

XM45 Zipper Leg Closure (Cannot be chosen with STS Knee)

No Rear Bib

PANT SUSPENDERS (Attached)

SVHC - 1x4 Fabric Tab, H-Back, Black Webbing, Padded with Cam Lock

(Max Length: 54")

PANT STRAPS AND OPTIONS

XMKB Kevlar® Belt

XMBL Belt Loop: 1" x 4" Shell

Qty: 5

PANT POCKETS

Front Pocket - Left: (XP31) Full Bellow 8 x 8 x 2

Front Pocket - Right: (XP31) Full Bellow 8 x 8 x 2

PANT REINFORCEMENTS

Knee Reinforcement: Foam Padded Knee Patch (1-Layer, No Moisture

Barrier), 10 x 8", Black, PCA (Polymer Coated Aramid)

Cuff Reinforcement: Standard Cuff, Black, PCA (Polymer Coated Aramid)

TPP (Before Washing, NFPA minimum = 35)

0.00 cal/cm2

 

THL (NFPA Minimum = 205)

0.00 W/m2

 

Coat and Pant Sizing

Vendor shall supply sample garments for sizing or make a manufacturer approved representative available for on-site measuring and sizing of personnel.

 

LINE ITEMS:

0001 – CUSTOM Fire-dex or equal to USAR COAT, QTY 31

0002 – CUSTOM Fire-dex or equal to USAR PANT, QTY 31

Delivery Schedule:

The equipment shall be delivered within 60 days of receipt of the contract.

QUOTATION INSTRUCTIONS:

The vendor shall submit a complete response to this RFQ via email to the CO/PPOC and ensure its price is detailed and includes all-applicable discounts.

Submissions shall not exceed eight (8) pages (excluding title page) and shall be 8 ½” x 11” with:  font style Arial, or Times New Roman; font color Black; and font size 10 to 12. Illustrations (e.g., graphic figures, graphs, and tables) shall be in portrait format with font colors black or blue allowed and font sizes 8-12 acceptable, provided the information is legible via the computer. Headers, footers and title/cover pages may be outside the page margins and are not bound by the font, color and point-size requirements.  NOTE:  Information not contained within these limitations will not be evaluated after page 8 (excluding title page).

 

EVALUATION CRITERIA:

ATF will award to the responsible vendor whose ‘BRAND NAME OR EQUAL TO ‘Fire-dex’ and OPEN-MARKET pricing quote is the lowest-price, technically acceptable (LPTA), as that firm will meet or exceed the stated criteria and be the most advantageous/best value to the Government, based on price and technical factors.  ATF will use available sources to access past performance information.

TERMS AND CONDITIONS:

To be considered for award, the Seller must be either the manufacturer or a manufacturer/Federally-authorized distributor of the equipment/services it's offering, with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer within this RFQ and on the award.  As such, ATF may require the Seller to provide documentation as proof of authorization prior to Award.

Items, if applicable, must be NEW and covered by the manufacturer's warranty.

Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the Seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss.

NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award.

The selected vendor must also comply with the following Federal Acquisition Regulation (FAR), commercial provisions and clauses, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a); the following clauses in paragraph (b): 52.203-17, 52.204-13, 52.209-7, 52.209-9, 52.222-1, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-5, & 52.225-13; the following clauses in paragraph (c): 52.222-41, 52.222-42, 52.222-55, & 52.222-62; and paragraphs (d) and (e).  Additionally, the selected vendor must also comply with FAR 52.203-17, 52.203-18, 52.203-19, 52.204-7, 52.204-13, 52.204-19, 52.204-24, 52.204-26, 52.209-5, 52.209-6, 52.209-7, 52.209-9, 52.209-11, 52.212-4, 52.217-8, 52.217-9, 52.229-3, 52.232-39, 52.232-40, 52-233-4, 52.237-3, 52.242-15, 52.243-1, 52.244-6 & 52.246-4.

 The full text of these clauses may be viewed via https://www.acquisition.gov/far/.

Similarly, the vendor must also comply with the Justice Acquisition Regulation (JAR) clause #2833.103, which can be viewed via  http://farsite.hill.af.mil/reghtml/regs/other/jar/2833.htm. The Awardee shall also conform to the attached provision and clauses of ATF: #s ATF-01, ATF-04, ATF-10, ATF-11, ATF-14, ATF-17, ATF-19, ATF-21, ATF-22, ATF-23, ATF 24, ATF-25, ATF-28, ATF-29, ATF-46, ATF-47, ATF-50, ATF-51, ATF-52, and ATF-53.

There are no additional contract requirement(s) or terms and condition (such as contact financing arrangements or warranty requirements) determined by the CO to be necessary for this acquisition and consistent with customary commercial practices.

Bid Protests Not Available

Similar Past Bids

Alexandria Virginia 05 Aug 2002 at 5 AM
Sacramento California 14 Aug 2017 at 11 PM
Location Unknown 10 Aug 2011 at 4 PM
Location Unknown 09 Feb 2022 at 5 AM
Location Unknown 27 Jun 2011 at 1 PM

Similar Opportunities

Patuxent river Maryland 19 Dec 2025 at 11 PM
Chipley Florida 10 Jul 2026 at 4 AM
Fort drum New york 25 Feb 2026 at 5 AM (estimated)
Location Unknown 14 Jul 2025 at 1 AM