SOLICITATION NOTICE
84 -- Fire Fighter's Ensembles- Honeywell Brand
- Notice Date
- 10/9/2025 3:51:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- SUP OF SHIPBUILDING CONV AND REPAIR BATH ME 04530 USA
- ZIP Code
- 04530
- Solicitation Number
- N6278626Q0001
- Response Due
- 10/26/2025 8:00:00 PM
- Archive Date
- 11/10/2025
- Point of Contact
- Lorelei Vella, Phone: 2074424547, Jennifer Perazone, Phone: 2074425984
- E-Mail Address
-
lorelei.r.vella.civ@us.navy.mil, jennifer.b.perazone.civ@us.navy.mil
(lorelei.r.vella.civ@us.navy.mil, jennifer.b.perazone.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Request for Quotation (RFQ) for Firefighter Ensembles - Honeywell Brand Agency: US Navy Office: Supervisor of Shipbuilding, Bath Solicitation Number: RFQ1785130 Posted Date: 10/09/2025 Response Due Date: 10/26/2025 by 11:00PM Eastern Standard Time Contact Information: Contract Specialist: Lorelei Vella, lorelei.r.vella.civ@us.navy.mil, 207-442-4547 Contract Officer: Jennifer Perazone, jennifer.b.perazone.civ@us.navy.mil, 207-442-5984 Introduction: Supervisor of Shipbuilding, Bath is soliciting quotations for Honeywell Firefighter Coat and Pants. This is a 100% Total Small Business Set-Aside procurement. The applicable NAICS code is 339113. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures, with a brand name requirement of Honeywell. This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. This is a Request for Quotation. The Government intends to award a Firm-Fixed Price contract to the offeror whose quotation represents the best value to the Government, considering price, delivery schedule, and past vendor performance as described herein. Description of Requirements: The Government requires Firefighter Ensembles (FFE) jacket and pants, manufactured by Honeywell. These ensembles are essential for the safety and protection of our firefighters. Offerors shall provide a full list of specifications for the proposed Honeywell Firefighter Ensemble model in their quotation. The following requirements apply: Manufacturer: Honeywell Model: Morning Pride LTO 96I3, MSC Spec Build MSC-LTO96I3-JACKET BRONZE (Jacket) MSC-LTO96I3-PANT BRONZE (Pants) Country of Origin: ALL FIRE FIGHTER ENSEMBLES SHALL BE MANUFACTURED IN THE USA. Standards Compliance: ALL FIRE FIGHTER ENSEMBLES SHALL BE COMPLIANT WITH NFPA 1971-2013 AND OSHA STANDARD 29 CFR 1910.1030. ALL NEW FIRE FIGHTERS� ENSEMBLES PROCURED AFTER MAY 2013 SHALL MEET NFPA 1971-LATEST EDITION. Ensemble Type: ALL FIRE FIGHTER ENSEMBLES SHALL BE TWO-PIECE ENSEMBLES (coat and pants). Brand Name Requirement: The brand name requirement of Honeywell is essential to the Government�s requirement. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. All items must be covered by manufacturer�s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer�s current applicable policies at the time of purchase. LINE ITEMS: Medium, Turnout Coat, Bronze, Quantity: 7 Large, Turnout Coat, Bronze, Quantity: 9 X-Large,Turnout Coat, Bronze, Quantity: 9 XX-Large, Turnout Coat, Bronze, Quantity: 7 XXX-Large, Turnout Coat, Bronze, Quantity: 4 Medium, Turnout Pants, Bronze, Quantity: 7 Large, Turnout Pants, Bronze, Quantity: 9 X-Large, Turnout Pants, Bronze, Quantity: 9 XX-Large, Turnout Pants, Bronze, Quantity: 7 XXX-Large, Turnout Pants, Bronze, Quantity: 4 Delivery Requirements: Delivery Location: 8511 KERNS ST., DOCK 5, SAN DIEGO, CA 92154 Delivery Schedule: Items are needed as soon as possible, but no later than 60 days After Receipt of Order (ARO). FOB Destination: All prices quoted shall be FOB Destination to San Diego, CA. Shipping costs must be included in the unit price; do not list shipping as a separate line item. Inspection and Acceptance: Inspection and acceptance will be at destination. The Government will inspect the items to ensure they meet all requirements of this RFQ. Quotation Instructions: All quotes must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. Offerors shall provide the following information in their quotation: Price: Unit price and total price for each Firefighter Ensemble (including all associated costs, FOB Destination). Delivery Schedule: Proposed delivery schedule, stated as number of days After Receipt of Order (ARO). Honeywell Manufacturer and model # of the offered firefighter ensemble (coat and pants) Full specifications for the offered ensemble (as detailed above) Company Information: Company name, address, DUNS number, CAGE code, point of contact, and small business status. SAM Registration: Confirmation that the offeror is actively registered in SAM.gov. Submission Instructions: Quotations shall be submitted via email to lorelei.r.vella.civ@us.navy.mil and jennifer.b.perazone.civ@us.navy.mil Evaluation Factors: Basis for Award: The Government will award a firm-fixed price contract to the offeror whose quotation represents the best value to the Government, considering the following factors: Price: Offering the best value to the government Delivery Schedule: Items are needed as soon as possible, and preference may be given to an offer that is able to expeditiously deliver these items to the government. Past Vendor Performance: Demonstrated history of successful performance on similar contracts. Technical acceptability (meeting all mandatory requirements) is a prerequisite for award. Only quotations that meet all mandatory requirements, including the Honeywell brand name requirement, will be considered for further evaluation. The Government reserves the right to make award to other than the lowest-priced offeror if the delivery schedule and past performance of a higher-priced offeror warrants doing so. Included Clauses: 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions. G-232-H002 H002 PAYMENT INSTRUCTIONS (NAVSEA) (FEB 2024) G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) 52.204-13 System for Award Management Maintenance. Oct 2018 52.204-18 Commercial and Government Entity Code Maintenance. Aug 2020 52.204-19 Incorporation by Reference of Representations and Certifications. Dec 2014 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. Nov 2021 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. Nov 2015 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. Nov 2023 52.215-8 Order of Precedence-Uniform Contract Format. Oct 1997 52.219-6 Notice of Total Small Business Set-Aside. Nov 2020 52.226-7 Drug-Free Workplace. May 2024 52.232-39 Unenforceability of Unauthorized Obligations. Jun 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Sep 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. Dec 2022 252.204-7003 Control of Government Personnel Work Product. Apr 1992 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. Jan 2023 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. May 2024 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. Jan 2023 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. Jan 2023 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. Nov 2023 252.225-7048 Export-Controlled Items. Jun 2013 252.232-7010 Levies on Contract Payments. Dec 2006 252.247-7023 Transportation of Supplies by Sea. Oct 2024 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328). 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) (E.O. 13513). 252.211-7003 Item Unique Identification and Valuation. Disclaimer: This RFQ does not commit the Government to award a contract, to pay any costs incurred in the preparation of a quotation, or to procure or contract for these services or equipment. The Government reserves the right to accept or reject any or all quotations received. Failure to comply with any mandatory information will result in a non-responsive determination.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7aa14318d1a04184a792a96745d54f3e/view)
- Place of Performance
- Address: San Diego, CA, USA
- Country: USA
- Country: USA
- Record
- SN07616680-F 20251011/251009230044 (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 |