Amendment 0001
This solicitation is being extended as competition was not met through the required terms and conditions.
Offer due date will be 1000 am ED September 18 2025.
All offers must provide detail specification sheet with their quotes to provide evidence and details as to what they are offering.
NAICS Code has been adjusted to 315250 with a size standard of 750 Employees
All other terms and conditions remain the same
End of Amendment 0001
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. This Combined Synopsis/Solicitation 1333MK25Q0146 constitutes a Request for Quotation (RFQ) which Incorporates provisions and clauses in effect through the Federal Acquisition Circular 2025-05.
The National Oceanic Atmospheric Administration (NOAA), Office of Marine & Aviation Operations (OMAO), Aircraft Operation Center (MOC), requires the following Flight suits.
The solicitation is being issued as a total small business set-aside. The associated NAICS code is 315250 with a size standard of 750 Employees.
Quotes will be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021).
Responses are due by 12:00pm EST/EDT on 9/15/2025. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government.
Your response, technical, and pricing should be forwarded electronically to the Contracting Specialist via email no later than the date and time specified above. When responding, please include the Requisition number in the subject line. To verify receipt of your response, please contact me either by email or phone.
Christopher Baker
Christopher.Baker@noaa.gov
FIRM FIXED PRICE
Procurement of (43) NOAA Blue flight suits, (29) NOMEX jackets Royal Blue, and (5) NOMEX jackets Sage
(Supply) CLIN 0001
Item Number: 0001
Full-length coveralls of high temperature resistant, blue NOMEX with two zippered chest pockets, two zippered thigh pockets, two zippered leg pockets, and zippered sleeve pocket. (CWU-73/P)
Part Numbers: UA2N1BR FSL-27/P Nomex Light Weight Royal, and UB2N1BR Sentinel Nomex Light Weight Royal (required when custom sized suits are requested) – These are part numbers specific to Gibson and Barnes and they are the sole manufacturer of the sizes and colors that are required. They must be lightweight NOMEX plain weave and have a fire resistant finish in the royal blue color.
UA2N1BR FSL-27/P Nomex Light Weight Royal
(4) Mens 40R
(1) Mens 42S
(1) Mens 42R
(2) Mens 42T
(1) Mens 44S
(1) Mens 44R
(1) Mens 44T
(1) Mens 46R
(4) Mens 48R
(2) Mens 48S
UB2N1BR Sentinel Nomex Light Weight Royal
(1) Female 02S- Custom
(1) Female 02R- Custom
(2) Female 04R
(1) Female 08R
Item Number: 0002
Future Order Flight Suits- Specific sizes to be determined.
Full-length coveralls of high temperature resistant, blue NOMEX with two zippered chest pockets, two zippered thigh pockets, two zippered leg pockets, and zippered sleeve pocket. (CWU-73/P)
Part Numbers: UA2N1BR FSL-27/P Nomex Light Weight Royal, and UB2N1BR Sentinel Nomex Light Weight Royal (required when custom sized suits are requested) – These are part numbers specific to Gibson and Barnes and they are the sole manufacturer of the sizes and colors that are required. They must be lightweight NOMEX plain weave and have a fire resistant finish in the royal blue color.
20 flight suits for incoming fall BOTC Officers (6 Custom, 14 Standard Size))
Item Number: 0005
Royal Blue NOMEX Jacket: Made of authorized NOMEX fabric, with zipper closure, one large pouch pocket on each front, wind flap and zippered pencil holder/pocket on left sleeve, and knit cuffs and bottoms.
Part Numbers: Uniform Flight Jacket- Sentinel Jacket, 6.0-6.5 Ounce Nomex, Full Zip Out Liner, Royal Blue
NOMEX Jackets (royal blue)
(1) Mens Small
(3) Mens Medium
(3) Mens Large
(1) Mens Extra large
Item Number: 0006
Future order- (Government will provide sizes when available)
Royal Blue NOMEX Jacket: Made of authorized NOMEX fabric, with zipper closure, one large pouch pocket on each front, wind flap and zippered pencil holder/pocket on left sleeve, and knit cuffs and bottoms.
Part Numbers: Uniform Flight Jacket- Sentinel Jacket, 6.0-6.5 Ounce Nomex, Full Zip Out Liner, Royal Blue
NOMEX Jackets (royal blue)
+ 12 for incoming BOTC Officers (Government will provide sizes when available)
+ 10 for incoming fall BOTC Officers (Government will provide sizes when available)
=22 total
Item Number: 0007
Sage/Green NOMEX Jacket: Made of authorized NOMEX fabric, with zipper closure, one large pouch pocket on each front, wind flap and zippered pencil holder/pocket on left sleeve, and knit cuffs and bottoms.
Part Numbers: Sentinel Full Zip-Out Milspec 45 Sage-Men
Green NOMEX
(1) Mens Small
(1) Mens Medium
(3) Mens Large
(1) Mens Extra Large
FOB Destination
(Supplies) All offered products must meet the requirements of Buy American-Supplies to be considered. Provide verification of the country of manufacture for offered products.
The start date is an estimate and is subject to new funding approval processes. If there is a significant delay in awarding this contract, a shortened base year Period of Performance may be utilized or an updated quote may be requested with a new 12-month base year and corresponding option years.
SON is attached
CAR 1352.215-72 Inquiries (Apr 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO (CO/CS email). QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00PM MST/MDT ON (DATE). Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
(End of clause)
FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.
1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to (CO/CS email).
2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote and PAGE 1 of their SAM REGISTRATION.
3. Offerors shall assume that the Government has no prior knowledge of them or their capability.
4. Acknowledge any solicitation amendments (SF-30), if any.
5. For brand name requirements; Address the ability of meeting the requirements per the specifications with a detail material specification or data sheet, pictures of any requested supply item, and an Authorized OEM letter to sale, distribute or service their products.
6. Provide Copy of Liability Insurance for any services to be performed.
7. Provide at least two references for Jobs performed within the past three years that are same or similar in scope to this requirement.
8.Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered.
THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT.
FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021)
Offers will be evaluated based on price and the factors set forth in paragraph (a).
The evaluation will consider the Non-Price Technical Solution (Technical Approach and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in determining which vendor will receive the award.
The Government intends to evaluate the quotes and award a purchase order based on the Offeror’s initial quote; therefore, the Offeror’s initial quote should contain the Offeror’s best terms from a Non-Price Technical Solution and price standpoint.
The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes received.
The Government may make award to other than the lowest-priced Offeror or the Offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
Paragraph (a) is hereby completed as follows: Evaluation will be based on the following:
Trade Off Best Value
1. Brand Name or Equivalent
All Offers must contain specification sheet for offered product to include measurements, stitching, materials, etc. Color of requested item cannot change, will not accept alternate colors for what is being requested.
2. Past Performance.
Quote shall include at least two references from at least two separate contracts for similar and relevant recent services within the past two years including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror’s capability to successfully perform the services listed in the Statement of Work.
The offeror is required to fill out blocks 1-4 and send the attached Past Performance Questionnaire to the references provided by the offeror in their submission. The references should complete the Past Performance Questionnaire and then email it directly to (CS/CO email) by the closing date and time of this solicitation. The Government reserves the right to consider past performance report forms received after the due date and time of the solicitation, past performance questionnaires submitted from previous solicitations, and to contact references for verification or additional information.
The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services.
Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A good past performance rating provides higher confidence than a neutral or satisfactory rating.
3. Price.
The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements. Quoted prices must be entirely compatible with the Non-Price Technical Solution.
4. Warranty above and beyond the standard.
5. Delivery FOB Destination.
The Government intends to award a trade-off, single firm fixed-price purchase order on an all basis with payment terms of Net 30.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
All responsible sources may submit a quotation which shall be considered by the Agency. Quotes must be submitted via electronic means through EMAIL no later than the solicitation offers due date
The Government does not accept responsibility for nonreceipt of email. It is the Contractor’s responsibility to request a confirmation of the email receipt.
***All Questions must be submitted in writing to (EMAIL), by at least one day before close of solicitation notice. TELEPHONE INQUIRIES WILL NOT BE HONORED. ***
Contractors are encouraged to register with SAM.GOV vendor notification services as well as the interested vendors list for this acquisition. Quoters must be registered in the SAM,GOV database to be considered for this award. Registration is free and can be completed online at HTTP://WWW.SAM.GOV/. Page 1 of completed SAM.gov registration must be with quote package.
For additional Clauses and provisions please see attached STANDARD FORM 1449