Amendment-0001: The purpose of this amendment is to extend offers due date to 26 September 2025 at 2:00pm AST. The reason for the extension is because several contractors submitted questions and we are giving time to the customer to answer all of them. The questions and answers will be published in amendment #2. The new due date will allow all contractors to see the Government answers and prepare their quotes accordingly.
Amendment-0002: The purpose of this amendment is to provide responses to questions submitted by prospective offerors for this request for quotes (RFQ).
Attachment 1 - Questions and Answers for W912LR25QA044.pdf is included in the list of attachments for this RFQ. The period for receipt of questions is now closed.
The following item has been eliminated from requirement: Self-Contained Breathing Apparatus (SCBA) Facepiece from Section C – Salient Characteristics.
The time zone in SAM.gov has been corrected to match the Combined-Synopsis Solicitation attachment to Atlantic Standard Time (UTC-04:00 San Juan, Puerto Rico).
------------------------------------------------------------------------------------------------------------------
COMBINED SYNOPSIS/SOLICITATION
Solicitation Number: W912LR25QA044
Issued as: Combined Synopsis/Solicitation for Commercial Items (FAR Subpart 12.6)
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. This announcement constitutes only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued under FAR Part 13 – Simplified Acquisition Procedures.
Quotes failing to meet all the terms and conditions of this solicitation; to include buy terms, line-item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price (FFP) contract will be awarded as a result of this solicitation. Any reference to the term “BID” in this solicitation is used synonymously with the word “QUOTE”. Please see FAR 13.004-Legal effect of quotations. Only new items are accepted, no remanufactured, or refurbished equipment. All items must be covered by the manufacturer’s warranty.
The USPFO Contracting Office of the Puerto Rico Army National Guard intends to utilize this Request for Quote (RFQ), to obtain Firefighter Individual Requirements Equipment Sets (FIRES) Kits. The Government intends to select one contractor. The responses to this RFQ are intended to be evaluated, and award made, without discussions unless discussions are deemed to be necessary. Since award will be based on initial responses, quoters are highly encouraged to quote their most advantageous pricing in their initial response. This requirement is being solicited 100% small business set-aside. The NAICS code for this acquisition is 315220 and the Small Business size standard is no more than 750 employees. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management(SAM) at http://www.sam.gov.
2. Requirement
The United States Army requires the procurement of Firefighter Individual Requirements Equipment Sets (FIRES) Kits, or equivalent, to outfit Army firefighters and meet unit readiness requirements.
- Brand name or equal items are acceptable.
- Equivalent items must conform to all salient characteristics of the FIRES kit program:
- Must meet or exceed NFPA standards (1971, 1977, 1981, as applicable).
- Must comply with applicable OSHA firefighter safety standards.
- Must include full set of PPE: helmet, coat, pants, gloves, boots, hood, and SCBA mask compatible with Army-issued units.
- Must be sized to individual firefighter measurements provided after award.
- Applicable agency specific regulation is AR 420-50, Paragraph 12-15.
3. Delivery
- All items must be delivered no later than 1 December 2025.
- No extensions beyond 15 December 2025 will be authorized.
- Delivery address:
USPFO-PR WAREHOUSE
BLDG 541 BORINQUENNER ROAD
FORT BUCHANAN PR 00934
Given the criticality of this requirement and urgency to address any deficiencies which could affect warranties and serviceability, the Government requires that a representative of the prime contractor to be present to conduct a joint inspection and acceptance of delivery to ensure quality, equipment conditions, and address any material deficiencies identified upon visual inspection. While the Government acknowledges 52.219-14 Deviation 2021-O0008 and the relationship between prime and similarly situated entities, the Government still requires the prime to conduct the visual inspection and ensure delivery conforms with the requirement and warranties are unaffected, and to timely address any deficiencies.
4. Instructions to Quoters (FAR 52.212-1, Tailored)
Offerors shall submit a quotation including the following:
- Pricing: Unit and total price, FOB Destination.
- Technical Submission:
- Documentation demonstrating NFPA/OSHA compliance (certifications, manufacturer data sheets).
- A sizing/measurement plan for custom fit.
- Confirmation of ability to deliver within required timeframe.
Quotes must be submitted electronically to ng.prarng.purchasing-and-contracting.mbx@army.mil no later than 26 September 2025 2:00pm EST.