*********************************The combined synopsis/solicitation 192125HSIVSD021 was amended to update Attachment 1-Combined Synopsis-Solicitation, Attachment 3-Line Items (Amendment 1), Attachment 5-Questions and Answers.*********************
***See revised Attachment 1, Attachment 3 and Attachment 5 for additional information***************************************************
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, Streamlined solicitation for commercial products as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.
(ii) The solicitation number is 192125HSIVSD021 and it is request for quotation (RFQ).
(iii) This combined synopsis/solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 dated June 11, 2025.
(iv) This RFQ is unrestricted, and the associated North American Industry Classification System (NAICS) and associated code is 339113 and small business size standard in number of employees is 800.
(v) The line-item number, and item, quantity, and unit of measure are indicated below:
0001, Manufacturer: North American Rescue: Manufacturer Item Number: 500-00013, Manufacturer Part #: 85-3489; Item Description: Custom Kit, Mini First Aid Kit (M-FAK) for Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Homeland Security Investigations (HSI); Color: Olive Drab Green (OD Green) shipped to 2055 Sanyo Avenue, Suite 120, San Diego, California (CA) 92154; Quantity: 400; Unit of Measure (U/M): Each (EA);
(vi) The description of the requirement for the item to be acquired is a custom individual first aid kit (IFAK) or mini-first aid kit (M-FAK) that is compact and lightweight, a length of six inches, a width of three inches, and a depth of three inches and weighing thirteen ounces.
The IFAK/M-FAK can accommodate all the following medical supplies and equipment on its interior: one windlass tourniquet, one hemostatic gauze, one four-inch pressure bandage, two occlusive dressings, one pair of nitrile gloves, one nasopharyngeal airway with lubricant, and one pair of trauma shears.
The IFAK/M-FAK is designed to be multi-use and is constructed of 500 Denier nylon in the color Olive Drab Green (OD Green).
The IFAK/M-FAK contains two main sleeves each with multiple elastic loops to secure and organize all the medical contents.
The IFAK/M-FAK’s exterior includes Modular Lightweight Load-carrying Equipment (MOLLE) backing for mounting in the vertical mount can be set to open left-to-right or right-to-left.
The IFAK M-FAK’s exterior includes an internal sleeve to accommodate horizontal attachment to a belt of any size up to three inches.
The IFAK/M-FAKs includes a loop patch on the front for custom user labeling.
The IFAK/M-FAK includes three additional external MOLLE strips to attach additional gear.
*********(AMENDMENT 1) The IFAK/M-FAK Manufacturer Item Number: 500-00013, Manufacturer Part #: 85-3489 shall include the following:
- CAT tourniquet, (1) hemostatic gauze, (1) four-inch pressure bandage, (2) occlusive dressings, (1) pair of large tan nitrile gloves, (1) nasopharyngeal airway with lubricant, and (1) pair of trauma shears. (AMENDMENT 1)****************
(vii) The date and place of delivery is within thirty (30) days of receiving an order and the place(s) of delivery is 2055 Sanyo Avenue, Suite 120, San Diego, California (CA) 92154 and acceptance and Free on Board (FOB) point is destination.
(viii) The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, dated September 2023 applies to this acquisition and additional information regarding this provision is in Attachment 2, Provisions, Clauses, Terms and Conditions.
(ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services, dated November 2021, is not applicable to this combined synopsis/solicitation. The Government intends to evaluate quotes received in response to this Request for Quote (RFQ) using the Lowest Price Technically Acceptable (LPTA) process. Quotes shall be evaluated in order of total price (lowest price first) until a technically acceptable quote is determined. Quotes will be evaluated for acceptability only. A quote shall be determined to be technically acceptable or unacceptable based on the rating definitions in the table below. All quotes may not be evaluated at the Government’s discretion.
Acceptable
The quotation offers the exact Brand Name products listed in Attachment 3 – Line Item.
Unacceptable
The quotation does not offer the exact Brand Name products listed Attachment 3 – Line Item.
(x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, applies to this RFQ and additional information is available in Attached 1 – Provisions, Clauses, Terms and Conditions. All quoters must be registered at SAM.gov for “All Award” at the time quotes are due. Quoters who submit are not registered and an active SAM.gov registration for “All Awards” will be rejected and will not be considered further.
(xi) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, dated November 2023 applies to this acquisition. See Attachment 1, Provisions, Clauses, Terms and Conditions, for the addenda to the clause.
(xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, dated November 2023 applies to this acquisition. See Attachment 1, Provisions, Clauses, Terms and Conditions, for the addenda to the clause.
(xiii) The Department of Homeland Security, U.S. Immigration and Customs Enforcement, Office of Acquisition Management, is acquiring the first aid kits under the authority proposes to enter into a contract on behalf of Homeland Security Investigations (HSI) San Diego on the basis of other than full and open competition. See Attachment 4 - Sole Source Justification for additional information regarding this acquisition.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this combined synopsis/solicitation.
(xv) Questions are due on Monday, July 28, 2025, at 9:00 AM Eastern Time (ET). Quotes are due by email to Contract Specialist, Terry Teichmann at email Terry.L.Teichmann@ice.dhs.gov, Friday, August 1, 2025, at 9:00 AM ET.
(xvi) The name and telephone number of the individual to contact for information regarding solicitation 192125HSIVSD021 is Terry Teichmann, (214) 905-8308. (AMENDMENT 1: The question and answer period is now concluded. AMENDMENT 1:)
See Attachment 1-Combined Synopsis/Solicitation (Amendment 1), Attachment 2-Provisions, Clauses, Terms and Conditions, Attachment 3-Line Item (Amendment 1), Attachment 4-Justification and Attachment 5-Contractor Questions and Answers (Amendment 1).
*********************************The combined synopsis/solicitation 192125HSIVSD021 was amended to update Attachment 1-Combined Synopsis-Solicitation, Attachment 3-Line Items (Amendment 1), Attachment 5-Questions and Answers.********************
***See revised Attachment 1, Attachment 3 and Attachment 5 for additional information***************************************************