22JAN2026 (Update 4)
The following documents have been uploaded to this site:
RFI 002_CS-signed
Revised Salient Features ARC Flash Protective Gear
The following documents have been removed from this site:
Salient Features ARC Flash Protective Gear
Solicitation Update: the term "ear plugs" has been removed from "Revised Salient Features ARC Flash Protective Gear" (attached) as it is NOT required. RFI 002_CS-signed (attached) cumulatively specifies delivery timeframe and that ear plugs are not required. Appropriate adjustments were made in the Description below. Vendors are welcome to revise their Quotes prior to the closing date/time of this Solicitation.
----------------------------------------------------------------------------------------------------------------
21JAN2026 (Update 3)
ATTENTION: All interested vendors must ensure their SAM.gov registration is active and includes the NAICS code 315990 referenced in this solicitation PRIOR TO submitting a quote. Failure to have the correct NAICS code listed in SAM.gov may result in your submission being deemed non-responsive or ineligible for award.
Additionally, the period to submit Requests for Information (RFIs) concerning this requirement has closed as of 12:00 PM EST Wednesday 21JAN2026. All RFIs received will be vetted, then sent to the customer for consideration. Answers will be posted to this Combined Synopsis/Solicitation in the near future for all to see.
----------------------------------------------------------------------------------------------------------------
15JAN2026 (Update 2)
The following documents have been uploaded to this site:
Revised CLIN Schedule ARC Flash Protective Gear
The following documents have been removed from this site:
Solicitation CLIN Schedule ARC Flash Protective Gear
Solicitation Update: "Pyrad" has been removed from "Revised CLIN Schedule ARC Flash Protective Gear" (attached) as it is NOT required. Vendors are welcome to revise their Quotes prior to the closing date/time of this Solicitation.
----------------------------------------------------------------------------------------------------------------
15JAN2026 (Update 1)
The following documents have been uploaded to this site:
RFI 001_CS-signed
Solicitation Update: Incorporated Expected Delivery into section (viii) and clarified section (ix)
------------------------------------------------------------------------------------------------------------------------
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested, and a written solicitation will not be issued.
(ii) Solicitation number FA660626Q0004, is hereby issued as a Request for Quotes (RFQ) for ARC Flash Protective Gear. A contract will be issued without discussions as a Firm-Fixed-Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures.
(iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2025-06 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20251110, and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) Publication Notice 20241016. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.
(iv) This solicitation is a 100% small business set-aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System (NAICS) Code is 315990 – Apparel Accessories and Other Apparel Manufacturing; Small Business Size Standard is 600 employees.
(v) For Price and Technical Acceptability, the Vendor MUST provide:
a. Unit & total price per CLIN as outlined in "Revised CLIN Schedule ARC Flash Protective Gear” (attached)
b. List of ARC Flash Protective Gear with quantities and prices IAW “Revised Salient Features ARC Flash Protective Gear” (attached)
c. Complete list of physical characteristics of ARC Flash Protective Gear (pictures may be included).
d. Warranty description including duration and coverage.
(vi) Description of Requirement: The vendor will provide proposed pricing ON:
ARC Flash Protective Gear
(All Kits Tested/Certified prior to shipping, within 180 days prior to delivery to customer)
- 22 (twenty-two) 40 cal/sq cm (PPE Category IV) Kits*:
* 40 cal/sq cm Kits, at a minimum, shall include adequate protective gear; safety glasses, leather glove protectors, 14 inch (between 14 inch-16 inch) rubber insulated gloves (class 2), jacket, hood with hard cap, bib overalls, gear bag, glove bag. Additional items may be included with Kits.
4 Ea ARC Flash protection clothing kit (size Large): 40 cal/sq cm, Gloves (size 8);
4 Ea ARC Flash protection clothing kit (size Large): 40 cal/sq cm, Gloves (size 9);
2 Ea ARC Flash protection clothing kit (size Large): 40 cal/sq cm, Gloves (size 10);
5 Ea ARC Flash protection clothing kit (size X-Large): 40 cal/sq cm, Gloves (size 10);
1 Ea ARC Flash protection clothing kit (size Small): 40 cal/sq cm, Gloves (size 8);
2 Ea ARC Flash protection clothing kit (size X-Large): 40 cal/sq cm, Gloves (size 11);
2 Ea ARC Flash protection clothing kit (size Medium): 40 cal/sq cm, Gloves (size 8);
1 Ea ARC Flash protection clothing kit (size 2X-Large): 40 cal/sq cm, Gloves (size 9);
1 Ea ARC Flash protection clothing kit (size Medium): 40 cal/sq cm, Gloves (size 9);
----------------------------------------------------------------------------------------------------------------
- 42 (forty-two) 8 cal/sq cm (PPE Category II) Kits*:
* 8cal/sq cm Kits, at a minimum, shall include adequate protective gear; balaclava, face shield, face shield bag, hard hat, coverall, storage bag. Additional items may be included with Kits.
1 Ea ARC Flash clothing kit (size 2X-Large): 8cal/sq cm
11 Ea ARC Flash clothing kit (size X-Large): 8cal/sq cm
22 Ea ARC Flash clothing kit (size Large): 8cal/sq cm
7 Ea ARC Flash clothing kit (size Medium): 8cal/sq cm
1 Ea ARC Flash clothing kit (size Small): 8cal/sq cm
----------------------------------------------------------------------------------------------------------------
- 42 (forty-two) Class 0 Glove (PPE Category III) Kits*:
* Class 0 Glove Kits, at a minimum, shall include adequate protective gear; 11 inch (between 10 inch - 12 inch) rubber insulated gloves, leather glove protectors, glove bag. Additional items may be included with Kits.
18 Ea Electrical-insulating glove kit: 1,000AC/1,500DC/Gloves (size 8)
12 Ea Electrical-insulating glove kit: 1,000AC/1,500DC/ Gloves (size 9)
10 Ea Electrical-insulating glove kit: 1,000AC/1,500DC/ Gloves (size 10)
2 Ea Electrical-insulating glove kit: 1,000AC/1,500DC/ Gloves (size 11)
(vii) Acceptance and Delivery (NLT 60 days after contract award) is FOB Destination: 439 CES, 250 Patriot Avenue, Westover ARB, MA 01022-1537 United States
(viii) Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
Quotes must include the following information: Pricing, Company Name & Address, Point of Contact, Telephone, Email, Cage Code, UEI Number, and Business Size.
Note: The customer expects delivery NLT 60 days after contract award.
Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26 by completing the PDF titled, “FA660626Q0004 Clause Set” (attached) and submitting it with their Quote.
Vendor Solicitation amendments, if any, need to be acknowledged.
(ix) Provision 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. This requirement will be awarded on the basis of Lowest Price Technically Acceptable (LPTA).
Price - Total evaluated price will be used and will be calculated by determining the sum of CLINS 0001 thru 0018.
Technical Acceptability - Quotes will be evaluated on an acceptable or unacceptable basis IAW “Revised Salient Features ARC Flash Protective Gear” (attached). To receive an acceptable rating the vendor’s Quote must include detailed information regarding all aspects that meet or exceed the minimums set forth IAW “Revised Salient Features ARC Flash Protective Gear” (attached). Additionally, the vendor must provide warranties for each item, including duration and coverage. Failure to meet and describe all minimums of Salient Features, and to provide warranty information, may result in disqualification.
(x) Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, by filling in the appropriate fields in PDF titled, “FA660626Q0004 Clause Set” (attached) and submitting with your Quote.
(xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
(xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.
(xiii) IAW FAR 52.204-16, Commercial and Government Entity Code Reporting, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Workflow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via Electronic Funds Transfer (EFT) for supplies or services rendered.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.
(xv) Quotes must be submitted via email no later than (NLT) 12:00 PM EST Wednesday 28 January 2026 to douglas.fortin.1@us.af.mil & robert.stacy.2@us.af.mil with "Solicitation FA660626Q0004 " in the subject line. Requests for Information (RFIs) concerning this requirement must be submitted in writing to the emails listed above no later than 12:00 PM EST Wednesday 21 January 2026.
(xvi) Questions concerning this solicitation should be directed to douglas.fortin.1@us.af.mil & robert.stacy.2@us.af.mil. Ensure to include the solicitation number “FA660626Q0004” in the subject line.