Invitation to Bid

Invitation to Bid (ITB)

ITB Number: 20260210
Issue Date: 02/10/2026
Due Date: 03/09/2026

Issuing Agency:
Millersville Rural Fire Protection District

Contact:
Captain Casey Nabors
Email: C.Nabors@MillersvilleFireMO.gov
Phone: 573-243-1660 Ext. 3

Purpose

Millersville Rural Fire Protection District is soliciting quotations from qualified vendors for wildland firefighting personal protective equipment and related gear. All items must be new, unused, and compliant with current NFPA and applicable federal wildland firefighting standards. Vendors may quote individual items or the complete package. Equivalent products meeting or exceeding specifications will be accepted.

This procurement is subject to all applicable federal requirements under 2 CFR Part 200 and FEMA AFG Program Guidance. Required federal contract provisions will be incorporated into the final contract.

Equipment List & Required Specifications

1. Wildland Fire Boots – Quantity: 20
  • Dual-certified for Wildland Firefighting and EMS/Station use

  • NFPA 1977 compliant

  • Leather upper construction

  • Slip, oil, heat, and puncture resistant outsole

  • Waterproof and breathable lining

  • Composite or non-metallic safety toe

  • Electrical hazard rated

  • Various sizes required

2. Wildland Fire Pants – Quantity: 20
  • NFPA 1977 compliant

  • 6 oz. Nomex® or equivalent flame-resistant fabric

  • Reinforced seat and knees

  • Cargo pockets

  • Various waist and inseam sizes required

3. Wildland Fire Shirts – Quantity: 20
  • NFPA 1977 compliant

  • 6 oz. Nomex® or equivalent flame-resistant fabric

  • High-visibility yellow

  • Button front with chest pockets

  • Various sizes required

4. Wildland Helmet Shrouds – Quantity: 20
  • Full ear, neck, and face protection

  • Flame-resistant material

  • Compatible with standard full-brim wildland helmets

5. Wildland Full-Brim Helmets – Quantity: 20
  • NFPA 1977 compliant

  • Full brim design

  • Ratchet suspension system

  • High-visibility color, Red (4), Yellow (15), White (1)

6. Wildland Fire Shelters – Quantity: 20 Total
  • 18 Regular Size

  • 2 Large Size

  • Must meet current USFS and NFPA 1977 standards

  • Aluminum outer shell with silica inner liner

  • Include blue carrying case for each shelter

7. Wildland Firefighting Gloves – Quantity: 20

Wristlet Style

  • Flame, heat, cut, and puncture resistant

  • Cowhide suede leather construction

  • Black leather palm wear surface

  • Gold leather back

  • 4” double-layer knit Kevlar® wristlet

  • Leather pull patch on palm side

  • Low-impact on dexterity

  • Enhanced grip in dry and wet conditions

  • UL certified to meet or exceed current NFPA 1977

8. Wildland Line Packs – Quantity: 20
  • Wildland/initial attack style

  • Designed for fireline and search/rescue operations

  • Adjustable shoulder straps

  • Hydration compatible

  • Multiple compartments

  • Red & Black

9. Wildland Goggles – Quantity: 20
  • Wildland fire rated

  • Heat-resistant frame

  • Anti-fog lens

  • Face padding

  • Tear-off lens compatible

10. Dual Flagging Tape Dispensers – Quantity: 20
  • Holds two rolls simultaneously

  • Durable construction

  • Belt or pack mount compatible

11. Wildland Canteens – Quantity: 80
  • Heavy-duty construction

  • Leak-resistant

  • Various sizes required

Vendor Submission Requirements

Vendors must provide:

  • Unit price and extended total

  • Manufacturer and model

  • Warranty information

  • Delivery timeline

  • Shipping costs

  • Compliance statement for NFPA/USFS standards

  • Lead times for backordered items

  • Proof of certification where applicable

Evaluation Criteria
  • Compliance with specifications

  • Price

  • Warranty

  • Delivery timeline

  • Vendor past performance

  • Availability of replacement parts

Submission Instructions

Submit quotations no later than:

03/09/2026

Email submissions to:
C.Nabors@MillersvilleFireMO.gov
Subject Line:
ITB 20260210 – Wildland PPE & Equipment

Additional Terms
  • Millersville Rural Fire Protection District reserves the right to accept or reject any or all quotations.

  • Equivalent items must be fully documented with specification sheets.

  • All items must be new.

  • Delivery deadline shall be no later than 05/15/2026 unless otherwise approved in writing.

  • Freight charges must be clearly identified.

    FEDERAL GRANT TERMS & CONDITIONS

    9.1 Federal Funding Acknowledgment

    This procurement may be supported in whole or in part by federal funds under the Assistance to Firefighters Grant (AFG) Program administered by the Federal Emergency Management Agency (FEMA), U.S. Department of Homeland Security (DHS).

    All contractors must comply with all applicable federal laws, regulations, executive orders, FEMA policies, and 2 CFR Part 200.

    9.2 Equal Employment Opportunity (2 CFR §200.321; EO 11246)

    During the performance of this contract, the contractor agrees as follows:

    1. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin.

    2. The contractor will take affirmative action to ensure applicants are employed and treated without regard to these characteristics.

    3. The contractor will comply with Executive Order 11246 and all applicable regulations of the Secretary of Labor.

    9.3 Debarment and Suspension (2 CFR Part 180 & 2 CFR Part 3000)

    By submission of a bid, the contractor certifies that:

    • The contractor is not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in federal transactions.

    • The contractor will not use subcontractors that are debarred or suspended.

    The District reserves the right to verify contractor status in SAM.gov prior to award.

    9.4 Byrd Anti-Lobbying Amendment (31 U.S.C. §1352)

    Contractors who apply or bid for an award exceeding $100,000 shall file the required certification that:

    • No federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, Member of Congress, or employee of Congress.

    If non-federal funds have been used for lobbying, the contractor shall complete Standard Form-LLL.

    9.5 Access to Records (2 CFR §200.337)

    The contractor agrees to provide Millersville Rural Fire Protection District, FEMA, DHS, the Comptroller General of the United States, or any authorized representative access to:

    • Any books, documents, papers, and records related to this contract

    • For the purpose of audits, examinations, excerpts, and transcriptions

    Records must be retained for a minimum of three (3) years after final payment and closeout of the grant.

    9.6 Procurement of Recovered Materials (2 CFR §200.323)

    Contractor shall comply with Section 6002 of the Solid Waste Disposal Act and provide recovered materials where applicable.

    9.7 Clean Air Act and Federal Water Pollution Control Act

    If the contract exceeds $150,000, the contractor agrees to comply with:

    • Clean Air Act (42 U.S.C. 7401-7671q)

    • Federal Water Pollution Control Act (33 U.S.C. 1251-1387)

    Violations shall be reported to FEMA and the EPA.

    9.8 Contract Work Hours and Safety Standards Act

    For contracts exceeding $100,000 involving labor:

    • Contractor shall comply with 40 U.S.C. 3702 and 3704 regarding overtime compensation.

    9.9 Termination for Cause and Convenience (2 CFR §200.340)

    Millersville Rural Fire Protection District reserves the right to terminate this contract:

    • For cause, if the contractor fails to perform

    • For convenience, when it is in the District’s best interest

    Termination shall be in writing.

    9.10 Compliance with 2 CFR Part 200

    The contractor agrees to comply with all applicable provisions of:

    • 2 CFR Part 200 – Uniform Administrative Requirements

    • FEMA AFG Program Guidance

    • DHS Grant Regulations

    9.11 Domestic Preference

    To the extent required by federal law, materials used in the performance of this contract shall comply with domestic content requirements under the Infrastructure Investment and Jobs Act and applicable FEMA guidance.

    9.12 Conflict of Interest

    Contractor certifies that no employee, officer, or agent of the District has a financial or other interest in the contractor’s firm.

    9.13 No Obligation by Federal Government

    The federal government is not a party to this contract and is not subject to any obligations or liabilities to the contractor.

    9.14 False Claims Act

    Contractor acknowledges that false claims related to federally funded contracts may result in civil or criminal penalties under the False Claims Act (31 U.S.C. §§ 3729–3733).